Loading...
2013-083ORDINANCE NO. 2013-083 AN ORDINANCE ACCEPTING COMPETITIVE PROPOSALS AND AWARDING A CONTRACT FOR THE PURCHASE OF HIGH DENSITY POLYETHYLENE PIPE (HDPE) FOR USE 1N THE CITY OF DENTON LANDFILL IN A THREE (3) YEAR AMOUNT NOT TO EXCEED $150,000; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 4892-AWARDED TO GAJESKE, INC.). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the supply of High Density Polyethylene Pipe for the City of Denton Landfill 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 for 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 4892 Gajeske, Inc. $150,000 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 of the 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 the RFP 4892 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 2/l day of � 6 , 2013. ATTEST: JENNIFER WALTERS, CITY SECRETARY �, - BY: APPRO D AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY ` � - BY: i'� 4-ORD-RF�'--�#� 92 G CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND GAJESKE, INC (RFP 4892} TffiS CONTRACT is made and entered into this /��� day of /'![ A.D., 2013, by and between Gajeske. Inc a corporation, whose address is 1314 W. akdale, Rd, Grand Prairie, TX 75050, hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this 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 mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Supplier shall provide products in accordance with the City's RFP # 4892 — Supplv of High Densitv Pol�ylene (HDPE) Pipe, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a) City of Denton's RFP 4892 (on �le at the office of the Purchasing Agent) (b) Standard Terms and Conditions (Exhibit "A") (c) Special Terms and Conditions (Exhibit "B") (d) Form CIQ — Conflict of Interest Questionnaire (Exhibit "C"). (e) Supplier's Proposal. (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 all. 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 documents in the order in which they are listed above. These documents shall be referred to collectively as "Contract Documents." RFP 4892 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: RFP 4892 SUPPLIER BY: AU HORIZED F NAT Date: t3/�/ �/-3 Name: �i'��.r�- � .�� S� - Title: �l:.�iP�,�,a� rfi= �e ,��,� �13 —���—.z�� PHONE NUIVIBER ��3 --- ���-- .�� FAX NiJMBER CITY OF DENTON, TEXAS BY. 7� GEORGE C. CAMPBELL, ITY MANAGER Date: �-t I Z I �'� Exhibit A City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton's solicitation are applicable to Contracts/Purchase Orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller herein after referred to as the Supplier. Any deviations must be in writing and signed by a representative of the City's Procurement Department and the Supplier. No Terms and Conditions contained in the Supplier's Proposal response, Invoice or Statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the Contract/Purchase Order these wr•itten provisions will take precedence. By submitting an Offer in response to the Solicitation, the Supplier agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a Solicitation to purchase Goods, and Sections 9, 10, 11 and 22 shall apply only to a Solicitation to purchase Services to be performed principally at the City's premises or on public rights-of-way. 1. SUPPLIER'S OBLIGATIONS. The Supplier shall fully and timely provide all deliverables described in the Solicitation and in the Supplier's Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federai, 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. SUPPLIER TO PACKAGE DELIVERABLES: The Supplier 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 Supplier'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 Supplier shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Supplier 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 Supplier'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 Supplier's, or the Supplier's Subcontractor's, facilities, or the deliverables at the Supplier's, or the Supplier's Subcontractor's, premises, the Supplier shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. RFP 4892 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 Supplier shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Supplier may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9. PLACE AND CONDITION OF WORK: The City shall provide the Supplier access to the sites where the Supplier is to perform the services as required in order for the Supplier to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Supplier acicnowledges 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 performance of the Supplier's obligations under the contract. The Supplier hereby releases and holds the CiTy harmless from and against any liability or claim for damages of any lcind or nature if the actual site or service conditions differ from expected conditions. 10. WORI�FORCE A. The Supplier shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Supplier, 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 ar 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 intoxicating 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 Supplier 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 Supplier 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 Supplier represents and warrants that it shall comply with the requirements of the Immigration 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 wil] perform any labor or services under the Contract and the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 ("IIRIRA) enacted on September 30, 1996. ll. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Supplier, 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 Supplier shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines, penalties and liability of every kind arising from the breach of the Supplier's obligations under this paragraph. Environmental Protection: The supplier 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 etseq.). 12. INVOICES: A. The Supplier 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 the point of contact for the Department. Invoices shall be itemized and transportation RFP 4892 charges, if any, shall be ]isted separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Supplier'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 Supplier'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 Supplier shall pass through all 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 furnish 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 thirty (30) calendar days of the City's receipt of the deliverables or of the invoice being received in Accounts Payable, whichever is ]ater. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified 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 payment 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 Supplier will be paid for the partial shipment or 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 Supplier to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Supplier; ii, third party claims, which are not covered by the insurance which the Supplier is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii, failure of the Supplier to pay Subcontractors, or for labor, materials or equipment; iv, damage to the property of the City or the City's agents, employees or suppliers, which is not covered by insurance required to be provided by the Supplier; v. reasonable evidence that the Supplier'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 Supplier to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Supplier to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded firm 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 checic unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Supplier 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 fi•om funds Appropriated and available for this contract. The absence of Appropriated or other lawfully available 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 returned to the Supplier. The CiTy shall provide the Supplier 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 Supplier, unless otherwise stated in the contract terms. ] 5. FINAL PAYMENT AND CLOSE-OUT: RFP 4892 A. If a DBE/MBE/WBE Program Plan is agreed to and the Supplier has identified Subcontractors, the Supplier is reyuired 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 Supplier is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i, a waiver of all claims by the City against the Supplier, 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 Supplier to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Supplier'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 Supplier 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 eyuipment fabricated or required by the Supplier for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identiiied by the Supplier as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the bool<s, records and computations pertaining to the Contract. The Supplier shall retain such boolcs, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be Icept 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 Supplier 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 overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Supplier 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 final printed document. 18. SUBCONTRACTORS: A. If the Supplier identified Subcontractars in a DBE/MBE/WBE agreed to Plan, the Supplier shall comply with all requirements approved by the City. The Supplier shall not initially employ any Subcontractor except as provided in the Supplier's Plan. The Supplier 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 Supplier 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 Supplier by a Subcontractor shall be pursuant to a written contract between the Supplier and Subcontractor. The terms 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 Supplier. 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 Supplier in sufficient time to enable the Supplier 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 specified for the Supplier, 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 e�ctent as the Supplier is required to indemnify the City. RFP 4892 C. The Supplier shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Supplier is responsible far the Supplier'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 Supplier shall pay each Subcontractor its appropriate share of payments made to the Supplier not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Supplier warrants the prices quoted in the Offer are no higher than the Supplier's current prices on orders by others for like deliverables under similar terms of purchase. B. The Supplier certifies 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 firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Supplier, or otherwise recover, any amounts paid for items in excess of the Supplier's current prices on orders by others for like deliverables under similar terms of purchase. 20. WARRANTY — TITLE: The Supplier 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 ]iens, claims, security interests and encumbrances. The Supplier shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21. WARRANTY — DELIVERABLES: The Supplier warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, warkmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Supplier, to the terms, covenants and conditions of the Contract, and to all 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 Supplier 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 Supplier shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming 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 Supplier. The City shall endeavor to give the Supplier 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 Supplier 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 Supplier, and purchase conforming deliverables from other sources. In such event, the Supplier 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 Supplier is not the manufacturer, and the deliverables are covered by a separate manufacturer's warranty, the Supplier 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 Supplier 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 Supplier 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 Supplier may not limit, exclude ar disclaim the foregoing warranty ar any warranty implied by law, and any attempt to do so shall be without force or effect. RFP 4892 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 wan•anties are breached, the Supplier 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 Supplier, The City shall endeavor to give the Supplier 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 Supplier 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 available remedy, the City may reduce the amount of services it may be reGuired to purchase under the Contract from the Supplier, and purchase conforming services from other sources. In such event, the Supplier 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 DELIVERABLE5: If, instead of requiring immediate correction or removal and replacement of defective or non-conforming deliverables, the City prefers to accept it, the City may do so. The Supplier shall pay all claims, costs, losses and damages attributable to the City's evaluation of and determination to accept such defective or non-conforming 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-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Supplie►•. 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 immediate Stop Work Notice in the event the Supplier 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 Supplier will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Supplier shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAULT: The Supplier shall be in default under the Contract if the Supplier (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 seel<s relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in Supplier's Offer, or in any report or deliverable required to be submitted by the Supplier to the City. 27. TERMINATION FOR CAUSE: In the event of a default by the Supplier, 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 Supplier, within such ten (10) day period, cures such default, or provides evidence suffcient 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 eguity, the CiTy shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result of the Supplier's default, including, without limitation, cost of cover, reasonable attorneys' fees, court costs, and prejudgment and post judgment interest at the maximum lawful rate. Additionally, in the event of a default by the Supplier, the City may remove the Supplier from the City's vendar list for three (3) years and any Offer submitted by the Supplier may be disqualified 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 WTTHOUT 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 Supplier 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 Supplier, 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 Supplier on any Offer or in any report or deliverable required to be submitted by the Supplier to the City shall be grounds for the ternunation of the Contract for cause by the City and RFP 4892 may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Supplier 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 Supplier shall negotiate an equitable adjustment for costs incurred by the Supplier in the Contract price and execute an amendment to the Contract. The Supplier must assert its 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 Supplier from delaying the delivery as notified. 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, fire, riots, civil commotion, 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. Definitions: i. "Indemnifed 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 Supplier, their respective agents, officers, employees and subcontractors; the offcers, agents, and employees of such subcontractors; and third parties); and/or (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 Supplier, the Supplier's subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non-conforming deliverables, negligence, wiliful misconduct or a breach of any legally imposed strict liability standard. B. THE SUPPLIER SHALL DEFEND (AT THE OPTION OF THE CITY)� IlVDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS� ASSIGNS� OFFICERS� EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF� INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT oF THE SUPPLIER, oR'rr� SUPPLIER'S AGENTS� EMPLOYEES OR SUSCONTRACTORS, IN THE PERFORMANCE OF THE SUPPLIER'S OBLIGATIONS iJNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE SUPPLIER (INCLUDING, BUT NOT LIMITED TO� TIIE RIGHT TO SEEK CONTRIBUTION� AGAINST ANY TFIII2D PARTY WHO MAY BE LIABLE FOR AN DVDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in the solicitation document. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shatl be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. Genera] Requirements. i. The Supplier 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 Supplier shall provide Certificates of Insurance with the coverage's and endorsements required to the City as verification of coverage prior 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 awa►•d. The Supplier must also forward a Certifcate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Supplier 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 ar decrease the liability of the Supplier hereunder and shall not be construed to be a limitation of liability on the part of the Supplier, iv. The Supplier must submit certificates of insurance to the City for all subcontractors prior to the RFP 4892 subcontractors commencing work on the project. v. The Supplier'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 reguired in the Contract, covering both the City and the Supplier, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Supplier 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 financial condition of the insurance company as well as the Supplier. xi. The Supplier 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 Supplier 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 Supplier 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 within the solicitation and requirements are required minimums and are not intended to limit the responsibility or liability of the Supplier. B. Specific Coverage Requirements: Specific insurance reGuirements are contained in the solicitation instrument. 33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Supplier which arises under or concerns the Contract, or which could have a material adverse affect on the Supplier's ability to perform thereunder, the Supplier shal] give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Supplier. 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 specified, all notices, requests, or other communications required or 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 Supplier shall be sent to the address specified in the Supplier'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 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. RFP 4892 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Supplier to the CiTy shall become property of the City upon receipt. Any portions of such material claimed by the Supplier 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 AGAINST INFRINGEMENTS: The Supplier represents and warrants to the City that: (i) the Supplier shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Supplier in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual properiy 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 Supplier does not know of any valid basis for any such claims. The Supplier shall, at its sole expense, defend, indemnify, and hold the City harmless 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 pariy; or (ii) the Supplier's breach of any of Supplier's representations or warranties stated in this Contract. In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City's behalf. Further, Supplier agrees that the City's specifications regarding the deliverables shall in no way diminish Supplier'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 Supplier. 37. CONFIDENTIALITY: In order to provide the deliverables to the City, Supplier 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 confidential) (collectively, "Confidential Information"). Supplier acknowledges and agrees that the Confidential Information is the valuable property of the City andlor 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 Supplier (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted 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 Supplier promptly notiiies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Supplier agrees to use protective measures no less stringent than the Supplier 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 confidentiality of the Confidential Information. 38. OWNERSHIP AND USE OF DELNERABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Supplier agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Supplier 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 subject 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 Supplier agrees that upon their creation, such deliverables shall be considered as worl< made-for-hire by the Supplier for the City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 38 shall 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 worl<s made-for-hire, the Supplier 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 fl all worldwide right, title, and interest in and to such deliverables. With respect to such work made-for-hire, the Supplier 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 ►nay request. RFP 4892 C. Additional Assignments. The Supplier further agrees to, and if applicable, cause each of its employees to, execute, acicnowledge, 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 Supplier'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 Supplier agrees to treat the same as Confidential 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 Supplier 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 ]aw. 41. NO CONTINGENT FEES: The Supplier warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Supplier 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 Supplier, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42, GRATiTITIES: The CiTy may, by written notice to the Supplier, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Supplier or any agent or representative of the Supplier 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 determinations 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 Supplier in providing such gratuities. 43. PROHISITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official 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 shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Supplier shal] render the Contract voidable by the City, The Supplier shall complete and submit the City's Conflict of Interest Questionnaire (Attachment B). 44. INDEPENDENT SUPPLIER: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Supplier's services shall be those of an independent supplier. The Supplier 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 beneflt. The City shall not have supervision and control of the Supplier or any employee of the Supplier, and it is expressly understood that Supplier 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. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Supplier 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 Supplier without the prior written consent of the City. Any attempted assignment or delegation by the Supplier 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 RFP 4892 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 Supplier 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. 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 Supplier 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 terms 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 definition 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 running of a statute of limitations or to seek injunctive relief. Either party may malce 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 Supplier agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of initiation of the mediation process, the mediatar 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 Supplier 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 VENUE: 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 1, 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 unenforceability of any provision of the Contract shall in no way affect the validiTy ar enforceability 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 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 RFP 4892 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 (observe� MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year's Day (observe� If a Legal Holiday falls on 3aturday, it will be observed on the preceding Friday. If a Legal Holiday falls on 5unday, 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 wai�ranty, 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. A. Definitions. As used in this paragraph — i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Supplier, 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 Supplier, 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 RFP 4892 (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 determines 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 producY' 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 (4] 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 Supplier 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 Certiftcate". 57. RIGHT TO INFORMAT'ION: 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 submitta] does not affect this right. 58. LICENSE FEES OR TAXES: Provided the solicitation reyuires an awarded supplier or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the supplier. 59. PREVAILING WAGE RATES: All suppliers 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/ia�. 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 Supplier 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 Supplier shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Supplier 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. Supplier is responsible for both federal and State unemployment insurance coverage and standard Worlcer's Compensation insurance coverage, Supplier shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Supplier or its employees for any Unemployment or Workers' Compensation coverage, ar federal ar State withholding requirements. Supplier shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Supplier's omission or breach ofthis Section. 62. DRUG FREE WORKPLACE: The supplier 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 final rule, government-wide requirements for drug-free work place (grants), issued by the Office 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 supplier shall comply witl� the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. 63. SUPPLIER LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Supplier shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Supplier and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any RFP 4892 performance pursuant to the Contract. The Supplier shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 64. FORCE MAJEURE: The City of Denton, any Customer, and the Supplier shall not be responsible for performance under the Contract should it be prevented fi•om performance 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 Supplier will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Supplier continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Supplier shall immediately 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 Pariy 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 or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive ar 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 Supplier 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 Supplier shall retain all such recards for a period of four (4) years after the expiration of the Contract, ar until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Supplier 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. RFP 4892 Exhibit B Special Terms and Conditions The Quantities indicated on Exhibit D are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. Product Changes Durin� Contract Term The supplier shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the product must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to dentonpurchasin�a,cityofdenton.com, with the above file number in the subject line, for review. Products found to have changed specifications without notification, and acceptance, will be returned at the supplier's expense. Products that have been installed will be replaced at the supplier's expense. Authorized Distributor The supplier shall be the manufacturer or authorized distributor of the proposed products. The distributor shall be authorized to sell to the City of Denton, and make available the manufacturer's representative as needed by the City. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Awarded Contractor shall have the option to renew this contract for an additional two (2) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, unless either party notifies the other prior to the scheduled renewal date. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. Price Escalation and De-escalation Prices quoted for staffing must be firm for a period of one year from date of contract award. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI) for Plastic Pipe and pipe fitting manufacturing (PCU326122326122). The price will be increased or decreased based upon the annual percentage change in the PPI. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. Should the PPI change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the PPI change not to exceed the 8% limit per year. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must also provide supporting documentation as justification for the request. Total Contract Amount The contact total for products shall not exceed $150,000 per term. Pricing shall be per Exhibit D attached. RFP 4892 Exhibit C CiTY �F DENTON RI<P TOR SUPPLY OF HIGH DENSITY POLY�THYL�IV� PIP� (HDP�) ANb ACCESSDItIES ,. � i . �i.... ��� .'1;%t,. CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or ofher erson doing b:►siness rvitli loc�l overnmental ent� Tl�is questiotu�nire reilects c1�Anges n�ade to the !aw by H.B.1491, 80th Leg.y RCgI►1Rr Sessio�i, OFFICE USE ONLY This questionn�ire is being filed in accordance with chapter 176 of the Locat Government Code by a person nate tt�e����d who t►as a business relationship as deFined Uy Sectian 176,00](1-a) witi� a local governmenfal entity and the person mests rec�uirements E�nder Section 176.00b(a). By law tt�is questiomfaire mast be fi(ed tvith the records administr�tor of the (ocal gover��ment entity not later than the 7th business day after tlte date the person becomes aware of facts that require tlze statement to be fi[ed. See Section 176,006, Local Government Code. A person commits an offense if the person kiiowingly violates Section 176.40G, Local Goverm3�ent Code. An offense under tiiis section is a Class C misdemeanor. 1 Ntune of person �r�lio li�s a business reTaiEm�sltip �vith local govcrnmental entity. i9' �lt.� � u�C. , ev� C�aor.�G� � 1 2 � Ctiecic tLis box if yan airo tiling an update to a previously liled queatiom►nire. (i7ie !aw requires lhat }�on file a�� updafed completed quest9am►aire w�ith the appropriate filing authority uot l�tcr tha�� tl�e 7`� b��suiess day after the dnte tlie originally Tiled queslionnaire becomes L►comglete or v�nccurnte.) 3 Name of local govemment off icer tvith whoui fler l�t�s fln cmplo���ne�t or bus�cess relaliouship, Nnnte of Officer This seCtion, {item 3 Including subparts A, B, C& D), must be compteted for e�ch officerwith whom the fller has an employmsnt or other buslnass relationship as deflned by Sactlon 176.001(1-a), Local Oovernment Code. Aliach addiftonal pages to this �orm CIQ as necessary. A. Is 1he locat gavernment officer named in lhis section recelving or likely io recetve taxabie income, olher than investmenl income, from the tifer of (he quesiionnaire? 0 Yes � No B. Is the fller of the questfonnafre recei�ing or Ilkely lo recelve taxable income, ot�er than investment Incoma, from or at the direction of the local government offlcer named in this section AND the taxable income is nof received from the local gavernmenta! entif�? Q Yes 0 No C, Is the filer of fhis questfonna(re employed by a corporallon or other busine5s entity with respect io whlch the IocaE government officer serves as an officer or director, or holds an ownership of 10 percent ar more? � Yes � Na p. Descdbe each affiliation or busfness relatlonship. 4 �<i��°^�'�- �" / i — / � Signatare of person doing business wlth the govemmental eniity Date RFP 4892 �(�i('�%�(�(�'�((7�����( Exhibit D Est. Estimated Annual Delivery Item QTY UOM Description Proposed Brand Unit Price A.R.O (DAYS) 1 1 EA FRIALEN SCRAPER TOOL 3"- 8" FWSG 315 FRIALEN $ 1,365.00 5-7 DAYS 2 120 EA 3/4" X 41/2" STUD BOLTS W/NUTS WESTERMAN BOLT $ 12.75 5-7 DAYS 3 20 EA 2" HDPE IPS SDR 11- molded 45 degree elbows PERFORMANCE PIPE $ 3.50 5-7 DAYS 4 20 EA 2" HDPE IPS SDR 11- molded 90 degree elbows PERFORMANCE PIPE $ 3.Z0 5-7 DAYS 5 5 EA 2" IPS - ductile iron back up rings PERFORMANCE PIPE $ 4.00 5-7 DAYS 6 5 EA 2" HDPE IPS SDR 11- blind flanges PERFORMANCE PIPE $ 40.00 5-7 DAYS 7 5 EA 2" HDPE IPS SDR 11- flange adapters PERFORMANCE PIPE $ 7.25 5-7 DAYS 8 10 EA 2" IPS - type 56 butterfly valves ASAHI $ 720.00 5-7 DAYS 9 1 EA 2"- CTS IPS range pipe puller INDEPENDENT PIPE PRODUCTS $ 100.00 5-7 DAYS 10 10 EA Gear operators for 2" type 56 butterfly valves ASAHI $ izo.00 5-7 oAYs 11 10 EA 2" HDPE IPS SDR 11- molded tee PERFORMANCE PIPE $ 3.85 5-7 �AYS 12 10 EA 2" B,F,HDPE IPS 45 ELL SDR 11 PERFORMANCE PIPE $ 3,50 5-7 �AYS 13 10 EA 2" B.F.HDPE IP5 90 ELL SDR 11 PERFORMANCE PIPE $ 3.25 5-7 DAYS 14 10 EA 2" B,F,HDPE IPS TEE SDR 11 PERFORMANCE PIPE $ 3.85 5-7 oavs 15 3 EA 2" HDPE SDR 11- THREADED TRANSITION POLY CAM $ 16.47 5-7 DAYS 2" HDPE IPS NORDSTROM POLY-WATER VALVE, gas and 16 10 EA water fated, or equivilant KEROTEST $ 73.00 5-7 DAYS 17 2,000 LF 2" X 50' HDPE IPS SDR 17 PIPE PERFORMANCE PIPE $ 0.61 5-7 DAYS 18 10 EA 2" FLEXIBLE COUPLINGS FERNCO $ 15.00 5-7 DAYS 19 10 EA 2" GATE VALVE $ 14.00 5-7 DAYS 20 10 EA 2" HDPE IP5 SDR11 BRANCH SADDLE PERFORMANCE PIPE $ 17.50 5-7 DAYS 21 20 EA 2" HDPE IPS SDR 11 END CAP PERFORMANCE PIPE $ 2.35 5-7 DAYS 22 30 EA 4" HDPE IPS SDR 11-molded 45 degree elbows PERFORMANCE PIPE $ 9.94 5-7 DAYS 23 30 EA 4" HDPE IPS SDR 11- molded 90 degree elbows PERFORMANCE PIPE $ 10.23 5-7 DAYS 24 10 EA 4" IPS -ductile iron back up rings PERFORMANCE PIPE $ 9.15 5-7 DAYS 25 10 EA 4" HDPE IPS SDR 11-blind flanges PERFORMANCE PIPE $ 41.00 5-7 DAYS 26 10 EA 4" HDPE IPS SDR 11- flange adapters PERFORMANCE PIPE $ 10.17 5-7 oAYS 27 10 EA 4" X 2" B.F,HDPE IPS SDR11 reducer PERFORMANCE PIPE $ 6.65 5-7 DAYS 28 30 EA 4" IP5 - type 56 butterfly valve ASAHI $ 758.00 5-7 �AYS 29 2 EA 4" CTS IPS range pipe puller INDEPENDENT PIPE PRODUCTS $ 225.00 5-7 DAYS 30 30 EA Gear o erators for 4" type 56 butterfly valves ASAHI $ 185.00 5-7 DAYS 31 30 EA 4" HDPE IPS SDR 11- molded tee PERFORMANCE PIPE $ 1z,73 5-7 DAYS 32 30 EA 4" B.F. HDPE IPS 45 ELL SDR 11 PERFORMANCE PIPE $ 9.94 5-7 DAYS 33 30 EA 4" B.F.HDPE IP5 90 ELL SOR 11 PERFORMANCE PIPE $ 10.23 5-7 DAYS 34 30 EA 4" B.F.HDPE IPS TEE SDR 11 PERFORMANCE PIPE $ 12.73 5-7 DAYS 35 20 EA 4" HDPE IPS SDR 11-THREADED TRANSITION POLY CAM $ 39.55 5-7 DAYS 4" HDPE IPS NORDSTROM POLY-WATER VALVE, gas and 36 30 EA water rated or equi�alent KEROTEST $ 243.00 5-7 DAYS 37 5,000 LF 4" X 50' HDPE IPS SDR 17 Water Pipe PERFORMANCE PIPE $ 1.85 5-7 DAYS 4"x50' HDPE IPS SDR17 pipe style F, 1/2" holes on 6" centers 38 5,000 LF non staggered PERFORMANCE PIPE $ 3.07 5-7 DAYS 39 50 EA 4" FLEXIBLE COUPLINGS FERNCO $ 38.00 5-7 DAYS 40 20 EA 4" HDPE IPS SDR11 BRANCH SADDLE PERFORMANCE PIPE $ 13.75 5-7 DAYS 41 50 EA 4" GATE VALVE $ 517.00 5-7 DAYS 42 50 EA 4" HDPE IPS SDR 11END CAP PERFORMANCE PIPE $ 7.05 5-7 DAYS 43 10 EA 6" IPS - ductile iron Back up rings PERFORMANCE PIPE $ 15.00 5-7 DAYS 44 50 EA 6" B.F HDPE IPS 45 ELL SDR 11 PERFORMANCE PIPE $ 24.95 5-7 DAYS 45 50 EA 6" B,F.HDPE IPS 90 ELL SDR 11 PERFORMANCE PIPE $ 24.95 5-7 DAYS 46 50 EA 6" B,F.HDPE IPS TEE SDR 11 PERFORMANCE PIPE $ 35.29 5-7 DAYS 47 50 EA 6" B.F.HDPE IPS TEE SDR11 PERFORMANCE PIPE $ 35.29 5-7 DAYS 48 10 EA 6" 150# HDPE IPS BLIND FLANGE PERFORMANCE PIPE $ 60.00 5-7 DAYS 49 10 EA 6" 150# GASKET 1/4" THICK WESTERMAN BOLT $ 5.60 5-7 DAYS 50 10 EA 6"HDPE IPS SDR 11- Flange adapter PERFORMANCE PIPE $ 15.82 5-7 DAYS RFP 4892 Exhibit D Est. Estimated Annual Delivery Item QTY UOM Description Proposed Brand Unit Price A.R.O (DAYS) 51 50 EA 6" X 4" HDPE IPS B.F. REDUCER SDR11 PERFORMANCE PIPE $ 16,47 5-7 DAYS 52 5,000 LF 6 X 50' HDPE IPS SDR 17 pipe PERFORMANCE PIPE $ 4.01 5-7 DAYS 6" X 50' HDPE IPS 5DR 17 -PIPE style F 1/2" holes on 6" 53 5,000 LF centers non staggered PERFORMANCE PIPE $ 5.84 5-7 DAYS 6" HDPE IP5 Nordstrom poly- valve, gas and water rated, or 54 50 EA equivalent KEROTEST $ 610.00 5-7 DAYS 55 3 EA 6" CTS IPS range pipe puller INDEPENDENT PIPE PRODUCTS $ 313,00 5-7 DAYS 56 1D EA 6" FLEXIBLE COUPLINGS FERNCO $ 80.00 5-7 DAYS 57 10 EA 6" HDPE IPS SDR11 BRANCH SADDLE PERFORMANCE PIPE $ 15.00 5-7 DAYS 58 50 EA 6" GATE VALVE $ 813,75 5-7 DAYS 59 50 EA 6" HDPE IPS 5DR 11 END CAP PERFORMANCE PIPE $ 18.25 5-7 DAYS 60 10 EA 8" IPS- ductile iron back up rings PERFORMANCE PIPE $ 13.00 5-7 DAYS 61 10 EA 8" B,F HDPE IPS 45 ELL SDR 11 PERFORMANCE PIPE $ 65.00 5-7 DAYS 62 10 EA 8" B.F. HDPE IPS 90 ELL SDR 11 PERFORMANCE PIPE $ 65.00 5-7 DAYS 63 10 EA 8" B.F. HDPE IPS TEE SDR 11 PERFORMANCE PIPE $ 81.12 5-7 DAYS 64 10 EA 8" B.F.HDPE IPS TEE SDR11 PERFORMANCE PIPE $ 81.12 5-7 DAYS 65 10 EA 8" 150# HDPE BLIND FLANGE PERFORMANCE PIPE $ 85.00 5-7 DAYS 66 10 EA 8" 150# GASKET 1/4" THICK WESTERMAN BOLT $ 6.ao 5-7 DAYS 67 10 EA 8" ductile iron backup flange PERFORMANCE PIPE $ 12.94 5-7 DAYS 68 10 EA 8" HDPE IPS SDR 11- Flange adapter PERFORMANCE PIPE $ 24.70 5-7 DAYS 69 10 EA 8" X 6" B.F.HDPE IPS REDUCER 5DR17 PERFORMANCE PIPE $ 29.20 5-7 DAYS 70 3,000 LF 8" X 50' HDPE IPS SDR 17 pipe PERFORMANCE PIPE $ 5.55 5-7 DAYS 8" X 50' HDPE IPS SDR 17 pipe, style F 1/2" holes on 6" 71 2,000 LF centers non staggered PERFORMANCE PIPE $ 8.68 5-7 DAYS 72 10 EA 8" Nordstrom HDPE IPS poly- valve gas and water rated KERoTEST $ 1,016.25 5-7 DAYS 73 2 EA 8" CTS IPS range pipe puller INDEPENDENT PIPE PRODUCTS $ 375.00 5-7 oAYs 74 10 EA 8" FLEXIBLE COUPLINGS $ 120,00 5-7 DAYS 75 10 EA 8" HDPE IPS SDR11 BRANCH SADDLE PERFORMANCE PIPE $ 31.00 5-7 DAYS 76 10 EA 8" GATE VALVE $ 963.17 5-7 DAYS 77 10 EA 8"HDPE IPS SDR11 END CAP PERFaRMANCE PIPE $ 31.82 5-7 DAYS 78 3 EA fRIALEN 2" IPS ELECTROFUSION COUPLING FRIALEN $ 7.65 5-7 DAYS 79 3 EA FRIALEN 4" IPS ELECTROFUSION COUPLING FRIALEN $ 22.16 5-7 DAYS 80 30 EA FRIALEN 6" IPS ELECTROFUSION COUPLING FRIALEN $ 50.00 5-7 DAYS 81 10 EA FRIALEN 8" IPS ELECTROFUSION COUPLING FRIALEN $ 76.65 5-7 DAYS RFP 4892 Exhibit D ��� ���, I� o POI,Y�THYLENE SPB�IALISTS 1314 W. Oakdals Rd., Grand Prairle, TX 75050 Phone: j97z} 314-8100 Fax: (972) 314-8105 Gity of benton C[ty of Denton Procurement Attn: Ms. Karen E, Smith, Assistant Purchasing Manager 9018 Texas Street penion, TX 76209 �equest for Proposal #4892 Suppiy of High Densiry Polyethyiene Pipe (HBPE) and Accessories Dear Ms. 5mith, Attached is a capy of our submittal for your RFP#4592 for HDPE pipe and accessories. Beiow I have listed our contact and campany information as request: 1. Contact lnformation Ben Goodall, Sr. Account Manager Cell Number: (214) 675-�OS3 4ffice f�umber: (g72) 314-8100 E-malf: ben �afeske.com Chad Abatie, Inside Sales Celi Number; {979} 393-8545 Of�ica fVumber: (972) 314-8�00 E-mafl: cabatie@gaJeske.com 2. Introduction ��xecutive Summaryl Gajeske, Inc, is a master distributar of palyethylene pipe, valves, fittings, fabrications, and McElroy fusion equipment, Far more than 25 years, Gajeslce has posttlaned itself at the forefront of the plastic piping(HDPE} indusiry provlding services related to material takeo#fs, Safety/OQ trainfng, fusEon machkne rental, fiefd welding, and general troubleshooting. What separates Ga�eske from the rest is we are truly the polyethylene specialfst as that is our onfy business6 Pnlvethviene Fipe. Valve and Fittin� Inventarv &�alss We stock a large on-hand inventory ($SMM+) of Polyethy[ene pipe frorn 1" to �8" in muiti�le weights and lengths assisting our customers with better an-time deliveries and tmprave jo� t€melines. Alang, with our on-hand stack we have our own transportation fleet and drivers, far better con#rol and scheduting of deliver3es. Ai Gajeske, (nc, we pride ourselves on service, inventary, product knowledge, custom�r support and cost containment jthrough design and proper praduct speclficatlon recommendatlons). RFP 4892 Exhibit D �J�sl�.�, ���. FQLYETT-�YLEN� SPECIALISTS �314 W. Dakdaie Rd., Grand Prairie, TX 75050 Phone: (972) 314-$100 Fax: (972) 314-$105 Fusl n Technicians We staff highly trained ffeld fusion technicians who can provide complete service or assistance on any project, no matter how large or small. When you've got a strict target date for project ctimpletian, or time and logistics make it difficulfi to perform a quality fusion on your own, our experienced fusfon technfcians on call. Custom Fabricatfon We are able to custom fabricate or extrusian weld any polyethyiene structure yau can draw or have a need for due to challenging jobs or space requirements. We have expertise fn the fabrication of, HDPE flttings, structures and vaults for custom applicatinns. �quiqmellt Reu�ir We are a McElroy Authorlxed Service Center that currently �mplays multiple Certified Master Mechanics. We can repair, replace, and warraniy all McElroy equlpment and parts in a cost effective and timely mar�ner. We also have the capabilitfes to repalr and troubfeshoot electrofusion and gas detectian equipment. Field Trauhleshootin� We employ highly tralned, tenured professionafs certlfied in polyethylene fuslon and repair prncesses. There isn't very much we haven't seen and we are avallable 24/7 to troubleshoot any polyethylene issue in the field. �or over 25 years, we've positloned oursslves as the foremost authority in the polyethylene lndustry and we should always be that first call you make. 3. Firms Or�anfzation a. Gajeske lnc., 1��.4 W. qakdale Rd., Grand Prairie, TX, 75050 b, See Above section 2 c, Business Profile(s), including: 1. Corporatlan 2. Business established 1986 RFP 4892 3. 38MM A. Master Distributor of Equlpment 5. Phone: (972) 314-8100 6, 27 years 7. N/A 8. S [ocations in Texas HDPE ptpe, valves and fitt(ngs -- including McElroy Fusian �ax; (972) 314-8105 9. Grand Prairie, TX 10, See Section 2 11, Ben Goodall, Sr. Account Manager Gell Number: (214) 675-2053 office Number: (972} ��4-81ao E-mail: ben@�aieske,comBen Gaodalf 12. N/A Exhibit D ������.LA� � . POLYETHYLENE SF�CIALISTS �314 W. Oakdale Rd., Grand Prairie, Tx 75050 Phone: (972) 314-8100 Fax: (972) 314-$105 BUSINESS OV�RVIEW QUESTIONNAIRE AND FOR�S I. Coyttractor Natne: Ga)eske Inc, 2, Address (Principa! Place af Business): 1314 W Oakdale Rd., Crand Prairie, TX 75050 3. Does your company have an established physical �resence in the Sfate of Texas, or the City of Denton? Yes, 5 Stocking Location thraughoutTexas 4. Tax Payer ID#: 76-0193052 S. Ernail ,Address afPrimaiy contact: benC�?gajeske.com b, Website Addr�ss: www.gajeske.com 7. Telephone: (972) 3�.4-8300 8, Fax: (972} 314-87.OS 9. Other Locations: Hnuston, Tx —Austin, TX. — San Antonio, 'fX -- Beaumont, 77( 10, Organization Class: Partnership Individual Corporatlon X Association 11, Date Established:1986 12, Farmer �usir�ess Na�ne: N/A 13. Date of Dissoiutron: N/A 14. Subsidiaiy of: N/A 15. Historically Undetutilized Business: No 16. Pxintcipals and Off�icers: Bob Gajes[ce Jr., CEO/President Ple�se detail responsibili#ies witl� fl�e name of each principal or officer, RFP 4892 Exhibit D �.J�sr�.�� � . POLY�THYLENE SPECYALI5TS 1314 W, Oakdale Rd., 6rand Prairle, TX 75�50 Phone; (972j 31�-8100 Fax: �972} 314-8105 17. Key 1'ersonnel and Respo:nsibilities; Ben Goadall, Sr. Accvunt Manager Celi Number: (214) 675-Z053 pfflce Numberc (972j 314-8100 E-matl: ben@saieske.com Ci�ad Abatie,lnside Sales Cell Number: (979) 393-8545 Office Number: (972) 314-8100 E»maEl; cabatie@gajeske.com Please detail responsibilities with the name of each key personnel, 18. Nutnbe�• of Personnel by Discipline: 78 RFP 4892 1-��rr°' /' �%����'. ��' AUmrroxo� CNlr,�o.v Paiarn Cxrxua� fou��HrlP Exhibit D www.periormancsp9pe.com Butt 90° Elbow �aoauc�p ro ASTM D2513 & D3261 and AWWA C909 -02 & C9p6-99 �ut�9q �mensions Pa. ckaue Rackaue eox. , , � eference Dearee Ells DRIWaII A x B(in) antit Wet 1hs. Qu.a� � A�� 95p 20o Number 1/2" CTS 0.090 wall 1.69 x 1.79 10 0.4 100 "M.50"L9�D� 3/4" C'TS 0.080 waU 1.72 x 2.9� 10 0.8 so *M.75`L90D'' 1"CiS fl,�2swa11 �•s9x2.94 10 0,9 50 '`M0�0*i.90D�" 3/4" 1PS DR 1� 4.72 x2.94 10 0.9 50 x *M.75*1.90D* 1" IPS DR 11 'I.72 x 3.06 10 1.3 50 X X *M090*L90D* DR 9 2.50 x 3,88 1 1/4" 1PS pR 10 3.43 x4.50 10 3.2 20 x "M1.25*L90Dk DR 11 x 1 1!2" !pS n� �� 3.00 x 4.50 10 5.0 10 x *M1.50*L90D" DR 7 10,8 2" ]pS QR 9� 2.88 x 5.46 10 7:6 �� x x x x `M020*190D'� DR 17 7.6 oR 7 3.OD x 6.00 11.7 DR 9 X 3" 1PS DR 91 !�1.5 q 4 x x x *M030*L.80A* DR 13.5 3,00 x 5.63 7,3 x DR 97 DR 7 3.00 x 6.00 16,2 DR 9 x a" (PS pR 11 ! 91.5 4 4 x x x `M0�30``L90D"` DR 13.s 3.00 x 6.75 i6.3 x DR '17 oR � 2�.z DR 9 �.25 x 8.83 26.$ x B" IPS DR 11 / 11.5 2 17.3 2 x x x '`M060"L90D* DR �3.5 4,00 X 8.25 16.6 X pR �i7 DR 7 26.5 p� g x 8" IPS bR 13.5 B•fl0 x 11.89 1 z x "M080*L9{3D* 20,2 DR 17 �- CSAand IAPMO avaflable as pr(scoPlex� 6500.MDP� maferials ON�.Y. 2- C3A only Di211 is approved {noE 19.5) x- Indfcates certiBcatloNapproval for appropriate application af additlona[ charge. - pr�wing No. CU706247 for 112° CTS thru 1° IPS � CU7o6255 for 1-114° IP8 thru S" IF'S Bulfetin; PP 2.01 Page 1 oF 1 December 2006 Sugersedes all prevfous publlcations o 20D3-2o06 Chewon Philffps Chemical Company LP Performance Pipe , a divislon of Po Box 263006 Phone; 80Q527-0662 Chevron Phiilips Chemical Company LP Plano, TX 7502&-9�B Fax; 972-599-7348 RFP 4892 �""�-�" r' / � ��� A DlVISlOH Of CNfVR011 PHlI i1P5 CNfM1CA! COMPAIiY LN Exhibit D BUTT iEE www.performancepipe.com P�oouc�a To ASiM C�2593 � D3261 and AWWA CSU�t-02 & C906aS9 o[ded � a�� Dimens9ons Packaae Packa Box ��, �AP��t �. Reference Butt Tee R� x B x L in uantit Wei h s. ti � 2� Numb r 1/2" C7S 0.090wa11 1.69 x 2.83 x 5.65 t0 0.6 �� x "Ni.50"TSTR* 3/4° CTS o.O9Q wall i.72 x 2.84 x 5.$8 10 1.1 50 `I1h.75*75iR* 1" CTS o,�i4z wall 1.72 x 2.�J�1 x 5.88 10 1.3 �a "MO'[0*TSTR'` 0.925 wall 5f7 9/2" tPS DR 9.3 1.72 x 2.9�4 x 5.88 10 .8 50 iM.56``iSl'R' 3/4" IPS OR 91 1.72 x 2.9a x 5.68 90 1,2 50 x "M.75`i'S7R" 1" IPS p� �� 1.72 x 3.06 x 6,�2 �a 1�8 5o x `MQ10�'TSTR� DR 9 2,50 X 3.90 x 7.80 90 a.4 10 1 1!4" IPS DR 10 2.�5 x 4.53 x 9.25 10 r�,2 10 x *M1,25*TS�'R* qR 1f 10 x 1 1/2" IPS pR 9� 3,02 x 4.62 x 9.24 10 S.B �D x x "M1.50'T57R'` QR 7 10 94.0 10 DR 9 2,88 x 5,128 x 10 11.8 10 x 2° fPS pR 11 10.25 40 10.0 10 x x x "M�20"TSTR* DR 97 10 10.0 10 DR7 3.00x8.08x42.13 4 'i5.3 4 QR 9 a 14.9 a x 3" IPS qR 11 ! 4 x2 x x "M030*75TR'` DR 13.5 3.Q0 X 5.72 x 11.A� 4 10,4 4 x DR 17 Q pR 7 3.00 x 6.22 x 72.44 q 23•� 4 qF2 S R 22.0 4 x 4" IPS DR 11 ! 4 21.0 4 x x x *MQ40"TSTk�'' DR 13.5 3.00 x 6.75 x 13.50 a 20.o a x DR 17 4 19,9 4 4R 9 �.25 x 8.63 x 17.25 1 16,7 � x 8" iPS OR 19/ 1 x2 x x "M060"TSTR* QR 13,5 4.06 x 8.31 x 16.82 1 97.6 1 x Df217 1 DR 7 1 37.6 9 8" IPS pR qq 6.00 x 12.09 x � 26 5 1 x x x *M080*TSTFt* pFt 13.5 24.1$ 9 26.3 1 x pR 17 � '- CSA and IAPMO available as I�riscoPfex� 6500 MOPE materials ONLY. 2� CSA only Df211 is approved (not 11.5) x- Indlcates cettiflcat(onlapproval fur appllcation or test at additional charge, , DrawiFtq No. GU70B246 for 1!2° CTS thru 1" IPS & CU70B256 for 1-1lA" IPS thru 8" iPS Bullaiin: PP 3.01 Page 1 ot 1 December 2006 Supersedes alI prevlous publicatEons 02003-2Q06 Chevron Phillips Chemlcai Company GF' � Perfor�nance Pipe , a divfsion of � PO Box 269006 �� Phone: 80D-527-0662 �+� RFf���L°n Phllifps Chemical Company LP F'lano, TX 75026-9066 Fax: 972-599-7348 Exhibit D ! �A%�%IRAMN�EPXP�F A DirruoN a(xrrrox Vx�iurs Cxf�ru� (o�r,�xr 1P www.performan ceplpe.com IPS Flange Adap�ers PRODUCED TO AWWA C901-02 & C906-99 ASTM D3261 MEETS ASTM D2513 F�R OiLFIELD APPLICATIONS IVominal Siz� pimensions pimenslon Packaue c a e St,�„i. ,�M_ e e ce (�clual Size � B x C fn T j�,�l Q�yr, �►eiaht {Ibs.) [tem �5p 260 Code DR7 �73/8x12 2.3 �� nR 9 35 Y x � 4" DR 11 � 26 X *M44Q*ADFL* 14.040" �R �7 q� 3/8 x 97 1!2 1.5 18 DF2 21 iJ 17 DR 28 DFt 8 20 x 12 2.6 A5 x Y 1�„ DR 11 33 x DR 17 � 25 M160�`An�L* '16.OQ0° DR 21 20 x'f 1 1/2 1.7 22 N DR 28 18 QR 11 41 Y x �$" ��'7 20 518 x 11 1!2 'f,9 l 30 "M180*A�FL* 'f8.000' D�2� 25 N DR 26 20 2a�� DR 41 23 1/4 x 12 2.'[ 1 56 Y x `020*ADFL* 2Q,000' p� q7 Y 22�� n� �� Y X 251l4 x 12 2.3 'I 6$ "022`ADFL* 22.00On DR 17 Y 24�� pR 91 Y x 27 3f4 x 12 2.5 1 83 "024"ADFl:' 24.000' pR'f7 Y x- Indlcates certifrcalloNapproval for application at addiftonal charge. - Dimansions and weights are approximata and subJeck to change. - Drawing No. CU70D275 Bulletln, pP �.01 Page 2 of 2 February2�1Q Supersedas all previous publloatians � 2a02-2010 Chevron Phlllips Chemlcal Colnpany LP Performance Aipe , a divls(an of 5085 W Park �Ivd STE b00 Phone: 800-527-0662 RFP ��ron Phlllips Chemlcal Company LP Piano, TX 75093 Fax; 972-589-7348 Exhibit D � _ i I��n�auvc�l�r� A O,nsros oi Cxrvrox P,+nr�rs Cxrm�a� Ca�+v.�HrlP www.pe►Tarmanceplpe.com I PS Flange Adapters PRODUCED T4 AWWA C901-02 & C905�99 ASTM D3261 MEETS ASTM D2513 FOR OIL,FIELD APPLICATIONS Nominal Sixe Dimensions Dt,�ensfon Paaka e Packa e Std. F�. Reference c a � B x C in T f�{n� ,��y,, Weiaht libs.) Itgm q 50 2pp Code .� ���� DR 9 0.4 4 } t * 3 918 x 6 1D Y M09.5 AaFI. 9.900° DR 11 Q.3 6 2" DR 7 3 3!4 x 6 6.4 7 DR 9 �5 6 Y x M020*ADFL" A 2'3�3 D� �� 3 314 x 6 1/8 0,3 5 N x 3" ��9 43/4x6 0.6 12 Y x � DR 11 12 X M034*ADFL" 3.500 pR 17 4 5/8 x 6 118 0.4 90 � 4" p� 7 6 5/8 x 6 0.8 23 DR 11 �� q7 Y x X *M040'ADFL�' 4.500° DR 77 6 918x 7 118 0.5 g3 N 6�� n�9 85/8x81l8 �.1 �0 66 Y x dR 91 80 x *M060*ADFL* 8.625° DR '17 8 1/8 x 8 0,7 �2 g0 N bR 21 DR7 103/�3x85/8 1.4 �� DR 9 10 Y x 8�� DR i 1 � 9 x •M080*ADFI.* 8.625° dR 21 10 3!4 x 14 0.9 5 17R 26 3 � Q�7 13x83l4 �,7 17 1 O„ pR 9 15 Y x DR 1'i .� � � X *M100'ADFL* 10.750" pR 17 �3 x 92 1.1 $ DR 2'I 7 N QR 26 6 DR 7 �� .��g x 9 9/8 2.1 z� ,� 2„ DF2 9 22 Y x q�t � 1 1 17 X '�M120"AD�'L` 12.750` DR 17 �5 7/2 x 12 1,3 13 DR 2'I 11 N DR 26 9 x- Indlcates certllfcatlonlapproval for applicaElon at addifionai charge. - Dimenslone and welghts are approximata and subJect fo changa. - brawinp �to. CU70D275 BulleSln, PP 1.U1 Page 1 of 2 February 2010 Supetsedes ell prev(ous publicativns � 2002-2010 Chevron Phillips Chemical Company l.P RFP �prmance Pipe , a division af 5085 W Park BNd STE 500 I'hone: 800-527-0662 ron Phlllips Chemical Company l.P Plano, TX 75093 Fax; 972-599-7348 - � P�I��i�O�MQNi�'P�'P�E Amr,rmwo� fxtrrox Pnn�ra fxrurrRi lo.wta�rlV Exhibit D www.performancepipe.com Butt 45° �Ibows Paapuc�p ro AS'TM D2513 & D32G1 AN� AWWA C9(i1402 & 906-99 Buft 5 ��a�� Dimensiuns P c W9in�hf B an �s,A.,' IAPMOS FM Referertce Dearee Efis A x B(inl uanti �� t� 150 200 Number DR 7 20.0 2° IP5 �R s 2.45 x 3.20 20 18.6 2D *M020'L45D" DR 11 15.2 DR �7 13.4 DR 7 11,4 DR 9 10.8 x 3" IPS DR11/11.5 3.10x5.38 4 4 x2 x �M030�`L�45p* DR 33.5 9.0 AR 17 DR 7 3.00 x 5.38 15.1 DR 9 x 4° IPS br� 11 / 91.5 4 4 x2 x *M0�0*L�5p"` DR 93.5 3.fl0 x 4.93 9.4 x DR 97 pR 7 4.25 x 7.12 20.4 pf2 9 x 6' IPS DR 19 !'t1.5 2 2 x2 x x 'M080*L45D* DR13.5 4,OOx6.38 �i3.3 x pf217 DR7 227 DR 9 x 8° IPS DR 11 6.00 x 9U.00 4 q7,p 1 x x *MO60*L45D" DR 13.5 16.3 X OR 17 '- CSA and IAPMO availabla as briscoPlsx° 6500 MqP� materlals ONLY. 2- CSAonly DR�f1 is approved (not 19.5) x- Indicates certfflcaffonfapproval for appilcativn at addif[onal charge. - Drawir�g No. CU708257 Bulletin: PP 2,02 Page 1 of 1 December 2a06 Supersedes aE! prevlous publfca#ions p 2002-200& Chevron Phlll(ps Chem(cal Company �P Performance Pipe , a d9vlaion of PO Box 269006 Pt�one: 80Q-527-0662 Chevron Phlllips Chemical Company LP Plano, TX 7502&-9066 Fax: 972-599-7348 RFP 4892 DATE (MMIDD/YYYY) '``� °� CERTIFICATE OF LIABILITY INSURANCE 3/5/2013 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 PRODUGER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL 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 NAME: Carroll Insurance Agency, Ltd. PHONE ,(281) 656-3000 NC No: �Z61)656-3001 14906 FM 529 E-MAIL service@carrollins.com ooRess: INSURERI51 AFFORDING COVERAGE NAIC # Houston TX 77095 INSURED Gajeske Inc. 6200 N. Houston Rosslyn Rd. ers Llo ds Insurance 41262 r Oak Fire Insurance 5615 ers Indemnitv Comt�anv of 5682 � Houston '1.'X 77091-3410 � INSURERF: � � COVERAGES CERTIFICATE NUMBER:12/13 all lines REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICRTED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIf�, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDIT�ONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TypE OF INSURANCE ADDL SUBR POLICY NUMBER MMID�DY� MMIDD� LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ 1� OOO � ODO DAMAGETORENTED lOO OOO X COMMERCIAL GENERAL LIABILITY P E ISES Ea occurtence $ � A CLAIMS-MADE �X OCCUR 6302510R037-12 6/6/2012 6/6/2013 MED EXP (Any one person) $ 5 r ��� PERSONAL 8 AOV INJURY $ 1� OOO � OOO GENERAL AGGREGATE $ 2� OOO � O00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2� OOO � OOO POLICY X PRO- LOC $ ALITOMOBILELIABILITY Eaa8cde0tSINGLELIMIT 1 OOO OOO B X ANY AUTO BODILY INJURY (Per person) $ ALLOWNED SCHEDULED A2501R016 6/6/2012 6/6/2013 BODILYINJURY(Peraccident) $ AUTOS AUTOS NON-OWNE� PROPERTY DAMAGE $ HIREDAUTOS AUTOS Peraccident PIP-easic $ 2 500 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ S� OOO � OOO C EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5� OOO � O00 DED X RETEN710N$ 10,00 UP2794R71A-12 6/6/2012 6/6/2013 $ C WORKERS COMPEN3ATION X WC STATU- OTH- AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNER/EXECUTIVEYrN E.L.EACHACCIDENT $ 1 OOO OOO OFFICERIMEMBEREXCLUDED7 � N�A EU82512R29A-12 6/6/2012 6/6/2013 (Mandatory in NH� � E.L. DISEASE - EA EMPLOYE $ 1 OOO OOO If yes, desc�be unde� DESCRIPTION OF OPERATIONS below E.L. OISEASE - POLICY LIMIT $ 1 OOO OOO A Rented/Leased Equipment 6302510R037-12 6/6/2012 6/6/2013 Maxenyoneltem $600,000 Deductidle $2 � 500 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 701, Addltlonal Remarks Schedule, if more apace is requi�etl� See attached Comments/Remark paae (Form OFREMAREC) for additional information. CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Gity of Denton ACCORDANCE WITH THE POLICY PROVISIONS. Material Management Department 9�ZB Texas Street AUTHORIZEDREPRESENTATIVE Denton, TX 76209 D Carroll, CIC, CRM/G � - ,��- { � ACORD 25 (2010I05) O 1988-2010 ACORD CORPORATION. All rights reserved. INS025i�n�nn��ni Tho Af:flRll namn anrl Inr�n a�n roni¢farorimar4c nf ARf1R11 COMMENTS/REMARKS The General Liability and Auto policies include a blanket additional insured endorsement provision that provides additional insured status to the certificate holder only when there is a written contract that requires such status. The contractual liability coverage provided by the General Liability is standard and may not cover all liabilities assumed by the named insured under its contract with the certificate holder. The General Liability, Auto and Workers Compensation policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract that requires such status. The policies include a blanket notice of cancellation to certificate holders. The endorsement provides 30 days advanced notice if the policy is cancelled by the company other than for nonpayment of premium, 10 days notice after the policy is cancelled for nonpayment of premium. Notice is sent to certificate holders with mailing addresses on file with the agent or the company. Umbrella Follow Form: Any person or organization, other than the Named Insured, included as an additional insured under Schedule Underlying Insurance, but not for broader coverage than would be afforded by such Scheduled [Jnderlying Insurance. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. POLICY NUMBER: Y-630-251�R037-TLC-12 COMMERCIAL GENERAL LIABILITY 15SUE DATE: D6-28-12 THIS ENDORSEMEN7 CHANGES THE POLICY. PLEASE READ IT CAREFULLY QESlGIVATED PR�JECT(S} GEI�ERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the follawing: CQMMERCIAL GENERAL LIABILITY COVERAGE PART SCNEDULE Designated ProJect(s): EACH "PRQJECT" FOR WIiICH YOU HAVE AGk��D, IN A WRTTTEN CONTRACT WFIICH TS IN LI'FECT DURING THIS POLICY PBkIOA, TO PROVTDE A SEPARATE GPsNERAL AG(3REGATE LTMIT, PROVTD�I� THAT THE CONTRACT TS STC3NED AND PXSCCPPLD BY YOU B�FORE TA� "BODILY SN�7IIRY" OR "PROP�RTY DAMAGE" OCCIIRS. A. For all sums which the insured becomes legally 3. obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION Ij, and for all medical expenses caused by accidents un- i der GOVERAGE G(SECTION I), which can be attributed only to operations at a single dosiy- nated "projecY' shown in the Schedule abave: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of fhe General Aggregate Limit shown in the 4. Declarations, unless separate Designated Project General Aggregate(s} are schod- uled above. 2. The Designated Project General Aggregate Limit is the mosl we will pay for the sum of all damages undar COVERAGE A., except darnages because of "badify injury" or "prop- orty damage" included in the "praducts- cornpleted operations hazard", and for medi- cal oxpenses under COV�RAGE C, regard- less of the number of: a. Insureds; b. Claims mad� or "suits" braught; or c. Persons or organizatians making ciaims or bringing "suits". D@signated Project General Aggregate(s): $200Q000 GE�I�RAL AGGREGATE LIMIT SHOWN ON THE DECLARATION5. Any payments made under COVERAGE A. for d�mages or under COVERAGE C. for medical expenses shall reduce the desig- nated Project General Aggregate Limit for that designated "projecP', Such payments shall not reduce the General Aggroga#e Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "projecN' shown in the Schedule above. The Iimits shown in the Declarations for Each Occurrence, Damage To Rremises Rented Tu You and Mediaal Expense continue to apply. However, in5tead of being subject t� the General Aggreg�te Limit shown in the Declarations, such Ifmits wili be subject to the applieable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally ab(igated to pay as damages caused by "accur- rences" under CQVERAGE A. (SECTI�N I), and For all medical expenses caused by accidents un- der COVERAG� C. [SECTfON I), which cannot be attributed anly to op�rations at a single desig- nated "praject" shown in the Schedule above; CG D2 11 0�1 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GLNERAL LIABILITY 1. Any payments made under COVEF2AGE A. for damages or under COVERAGE C. for medical expense� shall reduce the amount available under the Generai Aggregate Limit or the Products-Completed Operations Ag- gregate Limit, whichever is applicable; and 2. 5uch payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2, of SECTfON III — LIMITS oF INSURANCE is deleted and replaced by the fallowing; 2. The Generai Aggregate Limit is the most we will pay for the sum of; a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A(SECTION Ij and for all medical expenses caused by accidents under COVERAGE C(SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products-compleled operations hazard" is pro- vidod, any payments for damages because of "bodily injury" ar "property damage" included in the "products-comploted operations hazard" will reduce the Products-Compfeted Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. �. For the purposes of this endorsement the Definl- tians Section is amended by the addition of the following deFnition; "Projeck" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or • agreemenl. 1=or the purposes of determining the appiicable aggregafe limit of insurance, each "project° tllat includes premises involving the same or connecting lots, or premises whose con- nection is intern.ipted only by a street, roadway, waterway ar right-of-way of a rallroad sfiail be considered a single "project". F. The provisions of SECTION III — LIMITS OF INSURANC� nat ofhennrise modified by this en- dorsement shall continua to apply as stipulated. Page 2 of 2 Copyright, The Traveiers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMEf�T CHANGES TH� ROLICY, PLEA3E READ IT CAREFULLY BLAh1KET ADDITIONAL INSURED �CONTRACT(�►RS) This endarsement modifies insurance provided under the following: C�MMERGIAL GENERAI. LIA8IUTY COVERAGE PART �I. WHO IS AN INSURED —(Section II) is amended to include any person or organizaCion that you agree in a"written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "properiy damage" or "personal injury"; and b) If, and only to the extent that, the injury or damags is caused by acts or omissfo�s of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organizatfon does nat qualify as an additio�al insured with respect to the independent acts or omissions of such person vr organlzatio�. 2. The insurance pravided to ihe addltlonal insured by this endorsement is limited as follows; a) In the event that the Limfts of Insurance of this Coverage Part shown in the Declarations exceed the limits of Iiability required by the "written contract requiring insurance", the in- surance provided to the additlanal Insured shall be limited ta the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arisiny out oF ihe rendering of, or failure to render, any professional archiiectural, engineering or sur- veying services, including: i, The preparing, approving, or failing lo prepare or approve, maps, shap clraw- i�gs, apinlans, reports, surveys, field or- ders or cha�ge orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specificafions; and ii. Supervisory, Inspection, architectural or engineering activi#ies. c) The insurance provided to the additional in- sured does not apply to "bodily inJury" or "property damage" caused by "your work" and inciuded in the "products-campleted op- erations hazard" unless the "written contract requiring insurance" specifically raquires you to provide such caverage for that additional insured, and thon the insurance provided ta lhe additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of timo for which the "written contract requiring i�sur- ance" requires you to pravide such coverage or the end of the policy period, whichever is sarUer. The insurance provided to the addit(onal insured by this endorsement Is excess over any valid �nd collectible "other insurance", whether primat3r, excess, contingent or on any other basis, that is available to the additianal insured for a loss we cover under this endorsement. However, if the "written contract requiring lnsurance" speciflcally requires that this insurance apply on a primary basis or a prlmary and non-contrlbutory basis, this insurance is primary to "other insurance" available to the additional insured which covers th�t persqn or organizatian as a named insured for such lass, and we will not share with thaf "oll�er insurance". 8ut the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or arganizatian is an addltional insured under such "other insur- ance". 4, As a condition of coverage provided to the additional Insured by this endorsemont: a) The additional insured must give us written natice as soon �s practicable of an "occur- rence" or an offense which may result in a olaim. To the extent possible, such notice should include; CCy D2 46 08 05 OO 2005 The St. Paul Travolers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where Ihe "occurrQnce" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occuRence" or offense. b) If a claim is made or "suiY' is brought �c�ainst the additional insur�d, the additional insured must: i. Immediately record the specifics oF the claim or "suit" and the date received; and ii, Notify us as soon as practicable. The additlonal insured must see to it ihat we receive written natice of the claim or "suit" as soon as practicable. c) The additional insurQd must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement aT the claim or defsnse against tho "suit", and atherwise comply with all policy conditi�ns. d) Tho additlanal insured must tender the do- fense and indemnity of any claim or "suit" to any provider af "other insurance" which would covor the additlonal insured for a loss we cover unde� this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endarsement is primary to "other insur- ance" available to the additional insured which covers that person or organizatian as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTI�N V. — DEFINITIONS: "Written contract requiring insur�nce" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "badily injury" and "property damage" oo- curs and the "personal injury" is caused by an offense committed: a. After the signing and execuiion of the contract or agreement by you; b, While that part of the contract or agreement is in effect; and c. Before ihe end of the policy period. Page 2 of 2 m 2005 The St. Paul Trave►ers Campanies, Inc, CG D2 46 08 05 TRAVELERS�� One Tower Square, Hartfnrd, Connecticut o6183 COMMERGIALGENERAL UABILITY POUCY NO.: y_630-2510R037-TLG-12 COVERAGE PRRT DECLARATIONS ISSUE DATE: 06-2a-12 INSUitING COMPANY. THE TRp,VELERB LLOYDS TNSCJRANCS COMPANY DECL.AftATIONS PERIOD: From 06-06-12 to 06-06-13 �2:01 A,M. Standard Time at your mailing address shown in the Cammon Policy Declarations. The Commercial General Liability Coverage Parl consists ot these Declarations and tha Coverage Form shown below. 'I. CQVERACE AND LIMITS OF INSURANC�: COMMERGIAL GENERAL LiABILITY COVERAGE FORM Goneral Aggregate Limit (Other than Products-Compleied Operations) Products-Completed Operations Aggregate Limit Personal & Adve�tising InJury Limit Each Occurrence Limit Damage To Premises Rented To Yau Limit (any one premises) Medical Expensa Limit (any one person) 2. AUDIT PERIOD: ANNiJAL 3. FQRM OF BUSIN�SS: CORPORATION LIMITS OF INSWRANCE $ 2,000,000 s 2,000,000 $ Z,000,000 $ 1,QOO,ODO g ioo,oao $ 5,000 4. NUMBERS OF FORMS, SCHEDULES AND ENDORSEMEN7S FORMING PAFtT OF THtS COVERAGE PART ARE ATTACHED AS A SEPARAT� LISTING. C�MMERCIAL GENERAL LIABII.ITY COVERAGE IS SUBJECT TO A GENERAL ACGREGATE LIMIT CG TO 01 11 03 Page 1 of 1 PRQDUCER: CARROLL INS AGC7C LTD H8129 QFFICE: I3pU5TON U86 rRavEZERS' J''� POLICY NUMBER: Y-630-2510R037-TLC-12 EFFECTIVE DATE: �6-Q6-12 (SSUE OATE: 06-28-12 LISTING OF FORMS, EN]70RS�MENTS A.ND SCFIEDULB NUMBTRS TAIS LISTIN(3 SHOWS THE NUMBER OF FOItM3, SCHEDUL�S AND �NDORSEMENTS BY LINE OF BUSINESS. IL TD 02 11 89 COMMON POLTCY A�CI,AR}1xi0N5 IL x8 D1 10 93 FORM5, ENDOR3�MLNTS AND SCHEAIILE NUMS�I2S IL TO 35 07 07 CQMMON POLICY C�NDITTONS-TSXAS-DELURB IL TO p3 04 96 LOCATION SCHEDIILE IL TB DO GENERJIL PURPOS� ENDORSEMENT DET,U%E PROPERTY DX DX DX DX DX DX DX DX D% Dx DX DX DX DX DX TO 00 00 OU T1 T3 T4 T3 T3 T3 T3 T3 T4 �0 T3 DO 03 01 U4 UO 37 23 io 12 19 71 79 oz 08 98 09 07 D7 03 03 O1 02 03 03 02 03 03 01 03 �4 98 94 94 98 98 07 os 98 98 04 98 98 06 11 02 D�LUXE PR4PERTY COV PART DECLARATIONS DELiTXE PROP COV PART SCH�D-SPECIF LIbITT3 MpR'�t3A0EE HOLDBR SCHEDIIL� TABI,F� OF CON'r�NTS - DELUXE pROP COV PART AELUXE PROPERTY COVEkAG� FORM WINDST�RM OR HATL DEDUCTISLES PERS PROP�RTX OUT5IDE COVERAGFs TBRRTTORY VACANCY RESTRICTION COINSURANCE - DIRECT DAMAGI� CAUSES OF LQ55 - EQUIPMEIJT BRPAICDOWN ADDITZONAL �NSiJRED LOSS FAYABLE PROVISIONS TERRORI9M RISR IN5 ACT 2002 DT3CL�SURE T�XA5 CHANGE9 PLBCTRONIC VANllAL2SM T,IMITATTON COMMERCIAL G$NERAL LI,ABIT,ITY CG TO CG TO CG TO CG TQ CG QO cc nz CO D4 CG 21 CG DO CG D2 CG D2 CQ D2 CG D4 CG D4 CC3 D2 CG D3 Cd D3 CG D4 D1 07 OB 34 01 5S 71 70 37 03 �i 46 13 58 56 26 56 21 11 09 11 11 io 11 02 O1 44 12 Q1 98 04 10 11 10 Q J. 07 03 87 03 03 oi a.� 09 OB 05 97 04 05 a8 08 a3 11 05 08 COML GENERAL LIABILITY COV PART DEC DECLARATION9 PR�MIUM SCHEAULPs K�Y Ta DECLARATION3 PRBMZUM SCHEDIILI3 TABLE OF C�NTENTS COI�II�iERCZAL QENERAL LIA$TI�ITY �OV FORM AMENDt4ENT OF COVSRAQE - POLLUTTON AMEND COVERAGIi B- PERB & ADV INNRY CAP QN LOSSLS-C�RTrF'IED ACTS-TL�RROR�SM OTHER INSUF2ANCF-F�I]DITSONAI, INSUREDS AMEND-NON CIIMULATI�N OF EA,CH OCC DSSIGIdAT�I] PROJECT(3) G8N AGGR LIMIT HLANRET ADDITIONAL TN3UR�SD (C(JNTRACTORS) AMENDMBNT OF COVERAGE-COOLTNG-POLLUTION INTERNATIONAL XTEND ENDORSEMFNT AM�NDMENT QE' COVERAG$ EXCLUSION - UNSOLZCTTEA COL�d[JNICATTON MOSI�,E GQUTP/EXCL VEHICLES SUB TO MV LAPT AMEND CONTAAC LIAB �}CCL-EXG TO NAMED INS IL T8 U1 10 83 PAGE c 1 08 iRAV�LERSJ� POLICY NUMBER: Y-630-2510R037-TLC-12 EFFECTIVE DATE: �6-06-12 ISSUE DATE: 06-28-12 COMMERCZAL G�NNFRAL LIABILITY (CONT2NUPSD) Ci� D6 18 10 11 EXCL-VIOLATTON OF CON5UMER FIN PROT LAWS CG F2 68 05 05 TX CWsNG�S-$MPL RELAT�D P17ACTICEB EXCL C4 D2 9U 06 01 �XCLU9TON - SILICA CG D2 92 p1 02 L�XCLUSION WAR CO T4 7B 02 90 EACLIISTON-ASaSSTOS CG 01 03 06 06 TEXAS CHANOES L'�'MPLOXfiPs HEN�FITS LSABTLITY CG TO 09 09 93 Eb4PL0YE& SPNEFITS LIAH COV PART DEC CG TU g3 11 88 EMPLOY'�E BENEFZTS LIIiB TABLE OI' CONT�NT'S CC� T1 O1 07 86 EMPLOI'ES BENEFIT3 LIABTLITY COV FORM CG T5 30 06 89 AMENDMENT-EBL CG Dp 38 03 95 EXCLIISION-IRC VIOLATIONS CG T4 85 11 88 ADDITIONAL EXCLUSION-�SL Ca F4 17 12 05 TX CHANGES - DIITIPS TNT�RLINE ENDORSEMENTS IL T3 68 05 10 IL T3 76 10 10 IL T4 00 12 09 IL T3 82 09 06 IL T3 79 O1 08 IL 00 21 09 08 IL D1 68 09 08 IL FO 19 03 98 IL FO 22 08 98 TL k'0 26 09 98 TL T9 56 04 93 F�D�RAL TERRORISM RIBK INS ACT DISCL03Ps CAP ON LOSSES CERTIFI�D ACT �F TERFtORISM D�SIGNATED ENTITY-C/NR PROVIDEA BY US EXCL OF LOSS DII8 TO VTRQS OR BACTERIA CAPS ON LOSSLS FROM CERT ACTS OF TBRROR NUCT,�AR SNEROY L:CAB EXCT, P�ND-BROAD FORM TB7CP�5 CHANGES-DUTT�rS T�XAS CiiADTGES - CANC AND NQN-RL�NEWAL };}CCL OF C�RTATN CO�IPUTER It�LATED LOSSE3 D�5 �NTITY-EARL2E�R NOx CANCEL/NONFiENi4-TX TX CHANaE3-N�TICE QF CLAIM OR SSTTLEMENT tL T8 01 90 83 PAGE: 2 OF 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE PDLICY. pLEASE R�AD IT CAREFULLY. INTERNATION�AL XTEND ENCiORSEMENT This endarsement madifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART G�N�RAL QESCRIpTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expensas described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverac�e Part, and these coverage broadening provisions do not apply to the extent that caverage is exeluded or limited by such an endorseme�t. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en� dorsement and the rest of your policy carefully ta determine rights, duties, and what is and is not covered. A. Broadened Named Insured K. Bodily Injury to Co-Employees and Co- B. Blanket Additional Insured — Braad Form Volunteer Workers Vendors L. Aircraft Chartered with Crew C. Limited Worldwide Liability Covarage — In- M. Non-Owned Watercraft — Increased from 25 demnity Basis feet ta 50 feet D. Damage To Premises Rented To You N. Increased Supplementary Payments • Perils of firs, explosion, lightning, smoke, water • Limit increased to $300,000 E. Blanket Waiver of Subrogation F. Blanket Additional Insured — Owners, Manag- ers or Lessors of Premises G. Blanket Additianal Insured — Lessors of Loased Equfpment H. incidental Medical Malpractice I. Personal Injury, Assumed by Cantract J. �mended Bodily Injury Definition PROVISIONS A. BROADENED NAM�D INSURED 1. The foHowing is added to 5EC710N II — WHO 15 AN INSURED; Any organization, other than a partnership or jolnt venture, over which you maintain owner- ship or majority int�rest on the sffective date of the policy qualifies as a Named Insured. However, coverage For any such organization will cease as of the date during the policy pe- riod that you no longer maintain ownership af, or majority interest in, such organization. 2. The following replaces Paragraph 4.a. of SECTION II — WHO IS AN INSUREp: • Cost of bail bonds increased to $2,500 • Loss of earnings increased to �500 per day O. Medical Payments — Limit increased to $10,000 per person P, Knowledge and Notice of Occurrence or Of- fense Q. UnintentionalOmisslon R. Reasonable Force — Bodily InJury or Property Damage S. Transportation Gxpenses For Repatriation or Relocation of Injured Or Sick Emplayees a. Coverage under this provision is afforded anly until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, unless reported in writing to us within 180 days. B. BLANKET ADDITIONAL INSURED — BROAa FORM VENDORS The following is added to SEC710N il — WHO IS AN INSURED: Any person or organization ihat ls a vendor and that you havs agreed in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with rs- spect to liability for "bodily injury" or "property damage" ihat: CG D4 5810 0& � 2oot3 The Travelars Companies, Inc. PBge 1 of 9 COMMERCIAL GENERAL LIABILITY a, Is caused by an "occurrence" that takes place after you have signed and executed that con- t�act or agreement; and b. Arises out of "your products" which are dis- tributed or sold in the regular course of such vendor's business, The insurance provided to such vendor is subject ta the following provisions: �. The limits of insurance provided to such ven- dar will be the limits which you agreed to pro- vide in the written contract or agreement, or the limits shown in. the Declarations of this Coverage Part, whichever are less. b. The insurance provided ta such vendor does not �pply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreemont, This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in "your products" made intenfionally by such vendar; (4) Repackaging, unless unpacked sotely for the purpose af inspection, demonstration, testing, or the substitution of parts under instructians from the manufacturer, and then repackaged in the original eontainer, (5) Any failura to make such inspections, ad- justments, tests or servicing as vendors agree to perfarm or normally undertake to perform in the regular course of business, in connection with the distribution or sale of "your producis"; (6) Demonstration, installation, servicing or repair operations, except such oparatinns performed at such vendor's premises in connection with the sale of "your prod- ucts"; or (7) "Your products" which, after distribution or sale by you, have bean labeled or re- labeled or used as a conkalner, part or in- gredient of any other thing or substance by or for such vendor. Coverage under this provision does not apply to: a. Any person or organization from whom you have acqt�ired "your products", or any ingre- dient, part or contafner entering into, accom- panying or containing such products; or b. Any vendor for which coverage as an addi- tional i�sured specifically is scheduled by en- dorsement. C. LIMITED WC�I�LbWIDE LIABILITY COVERAGE — INDEMNITY BASIS 1. The following replaces the definition of "cov- erage territory" in the DEFINITIONS 8ection: "Coverage territory" means: a. The United States of America {inciuding its territvries and possessions), Puerto Rico and Canada; b. International waters or airspace, but only if: (1) The "bodily (njury" or "praperty dam- age" is caused by an "occurrence" that takes place; or (2) The "personal injury" or "advertising injury" is caused by an offense com- milted; in the course of travel or transpo�lation betw�en any places included in Para- g�aph a, above; or c. All other parls of the world except the "prohibited area", but only iF the Injury or damage arises out of; (1) Goods or products m�de, sold, han- dted vr distributed by you, or services provided by you fo your customers or clients, in the territory described in Paragraph a. above; (2) The activities of a person whase home is in the territory described in Paragraph a, above, but is away for a short time on your business; or (3) "Personal injury" or "advertising in- jury" offenses committed through the Internet or similar electronic means of communication; provlded that the insured's responsibility to pay damages is determined in a"suit" on khe merits brought anywhere in the world except the "prohibited area", or in a ssttlement we agres to. With respect to "occurrences" that take place, or "personal Injury" ar "advsrtising injury" of- fenses committed within the territary de- scribed in Paragraph c. above, the following conditions apply: Page 2 of 9 02008 The Travelers Gompanies, Inc. CG D4 5$ 10 08 � � This insurance is excess over any valid and collectible other insurance available to the insured, whether primary, excess, contingent or an any other basis. This insurance is not a substitute for "compulsory admitted insurance" in any country or jurisdiction included in Para- graph c, above, regardless of whether this insurance would qualify as "compul- sory admikted insurance" in such country or jurisdiction or is accepted by the ap- propriate authorities as proof of "compul- sary 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 provided for such "oc- currences" or offenses, but we will only be liable to the same extent we would have been liable had you maintainod "compulsary admitted insurance", For purposes of this Paragraph (ii), "com- pulsory admitted insurance" means in- surance that is: (1) Required to be in-force to satisfy th@ legal requirements of a specific coun- try orjurisdiction; and (2) Issued by an insurance fund adminis- tered by such country or jurisdiction or issued by an insurer licensed or permifted by law to do business in such country or jurisdiction. (iiij Witl� respect to defending the insured against, or the investigatian or s�ttlement of, any claim or "suit" broughi against the insured, the following will apply; (1) The phrase "We will pay....," in the first sentenc� of Paragraph 1.a. oF SECTION I — C�VERAGES — COV- ERAGE A SODILY INJURY AND PROPERTY DAMAGE LIABILITY and Paragraph 9.a. of SECTION I— C�VERAGES — GOVERAGE B PERSONAL AND ADVERTISING INJURY LIABILI7Y is replaced by the phrase "We will indemnify the in- sured tor....". (2) You must arrange to defend the in- sured against, and investigate or set- tle, any claim or "sult". COMMERCIAL GENERAL LIABILITY (4) We will pay expenses incurred with our consent for your defense oP the insured against any "suit" seeking damages for "bodily injury", "property damage", "personal injury" or "adver- tising injury" to which this insurance applies. (5) We may, at our discretion, participate in defending the insured against, or in the settlement of, any claim or "suiP'. 2. Tha following is added io the DEFINITIONS Section; "Prahibited area" means any country or juris- dictian while any trade sanction, embargo, vr similar regulation imposed by the United 5tates of America applies to and prohibits the transaction of business with ar within such country orjurisdiction. D. DAMAGE TO PREMISES RENTEQ TO YOU 1. The following replaces the last paragraph of Paragraph 2., Exclusians, of SECTION I— COVERAGES -- COVERAGE A BODILY IN- JURY AND PI20PERTY DAMAGE LIABIL- ITY: Exclusions c. through n. do not apply to dam- age to premises while rented to you, or tem- porarily occupied by you with permission of the owner, caused by: a, Fire; b. Exploslan; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water. A separate limit of insurance applies to such damage to premises as described in Para- graph 6. of Section III — Limits Of Insurance. This insurance does not apply to damege to premises whils rented to you, or femporarily occupied by you with permission of the owner, caused by; a. Rupture, bursting, or operation of pres- sure relief devices; b. Rupture or bursting dus to expansion or swelling of the contents ot any building or structure, caused by or rosulting frorn wa- ter; (3) Neither you nor any other involved c. Explosion of steam boilers, steam pipes, insured will make any settl�ment steam engines, or steam turbines. without our consent. CG D4 58 10 08 Q 2008 Tho'I'ravelors Compnnles, Inc. Page 3 of 9 COMMERCIAL GENERAL LIABILITY 2. The following replaces Paragraph 6. of SEC- TION 111— LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is tha most we will pay under Goverage A far damac�es because of "praperty damage" to any one premises while rented io you, ar temporarily occupied by you with permission of the owner, caused by fire; explosion; lightning; smoke resulting from such fire, explosia�, or lightning; or wa- ter. The Damage To Premises Rented To You Limit will apply to all damage praximately caused by the same "occurrence", whether such damage results fram fire; oxplosion; lightning; smoke resulting from such firo, ex- plosion, or lightning; water; ar any combina- tion of any of these. The Damage To Premises Rented To You Limit will be the highar of: a. $30D,000; or b. The amount shown on the Declaralions of this Coverage Part for Damage To f'rem- ises Rented To You Limit. 4. The fallowing replaces Paragraph a. of the dofinilion of "insured contracf' in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, khat partion of the contract for a lease of premises that indemni�es any person or organization for damage to premises while rented to you, or tempo- rarily occupied by you with peRnission of the owner, causQd by: (1) Fire; (2j Explosion; (3) Lightning; (4) Smoke resulting from such fire, ex- plosion, nr lightning; or (5) Water, is no1 an "insured contract"; 5. The following replaces Para�raph 4.b.(1)(bj of SECTION (V — COMMERCIAL GENERAL LIABILITY COND{T14NS: (b) That is insurance for premis�s rented to you, or temporarily occupied by you with the permission af the owner; E. BLANKET WAIVER OF SUBROGATION The following is added to Paragr�ph 8., Transfer Of Rights Qf Recovery Against Others To Us, � of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: We waive any right of recovery we may have against 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 to you; ongaing operations performed by you or on your behalf, done under a contract with that person or organization; "your work"; or "yaur products". We waive this right where you have agreed to do so as part of a written contract, executed by you prior to loss. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS iJR LE3SORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessar and that you have agreed in a written contract or agreement to name as an additional insured on this Coverage Part is an insured, but only with respec# to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" caused by an "occurrence" that takes place, or "per- sonal injury" or "advertising injury" caused by an offense that is committed, after yau have signed and executed that contract or agree- ment; and b. Arises out of the ownership, maintenance or use of that part of any premises leased ta you. The insuranco provlded to such premises awner, manager or lessor is subject to the following pro- visians: �. The limits of insurance provided to such premises owner, manager or lessor will be the limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations of this Coverage Part, whichever are less. b. The insurance provided to such premis�s owner, manager or lessor daes not apply to: (1) "Bodily injury" or "property damage" caused by an "occurrence" that takes place, or "personal inJury" or "advertising injury" caused by an offense that is com- mitted, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or damolition operations performed by or on Paga 4 of 9 O 200II Tho Travelers Companles, Ina CG D4 58 1 U 0$ behalf of such premises ownQr, manager or lessor. c. The insurance provided to such premises owner, manager or lessor is excess ovQr any valid and collecti�ls other Insurance available to such premises owner, manager or lessor, unless you have agreed in a written cor�tract for this insurance to apply on a primary or contributory basis. C. �LANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person ar organization that is an equipmont �essor and that yau have agreed in a written can- tract or agreement to include as an additional in- sured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "�dvertis- ing injury° that: . a. 0 Is "bodily injury" or "property damage" causod by an "occurrence" that tal<es place, or "per- sonal injury" or "advertising inJury" caused by an offense that is commitied, after you have signed and executed that contract or agree- ment; and Is caused, in whole or in part, by your acts or omisslons in the maintenance, operation or use by you of equipment leased to you by such equipment ►essor. The insurance provided to such equipment lessor is subject to the following provisians; a. The limits of insurance provided to such equipment lessor will be the limits which you agreed to provide in the wrltten contract ar agreement, or the limits shown on the Oecla- rations of th(s Coverage Part, whichever are less. b. The insurance provided to sucl� equipment lessor does not apply to any "bodily injuiy" or "property damage" caused by an "occur- rence" that takes place, or "personal injury" or "advertising inJury" caused by an offense that is committed, after the equipment lease ex- pires. c. The insurance provided to such oquipment lessor is excess over any valid and collsctible other insurance available ta such equipment lessor, unless you l�ave agreed in a written contract for this insurance to apply on a pri- mary ar contributary basis. COMMERCIAL GENERAL LIABILITY H. INGIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in Ehe DEFINITIONS Section: Unless you are in the business or occupation of providing professionai health care setviees, "occurrence" also means an act or omission commitied in providing or failing to provide "incidental medical services" to a person. 2. The following is added to the DEFINITIONS Sectlon: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service ar treatment, advice or instruction, or the related furnishing of food or beverages; b. The furnishing or dispensi�g of drugs or medical, dental, or surgical supplies or appliances; c. First aid; or d. "Good Samaritan services". "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 3. The following is added to Paragraph 2.a.(1) of SECTION II — VIIHO IS AN INSURED; Unlsss you are in th� business or occupation of providing professional health care servlces, Paragraphs (1)(a), (b), (c) and (d} abovo do not apply to any "bodily injury" arising out of any providing or failing to provide "incidental medical services" by any of your "employ- ees", other than an employod doctor, Any such "employees" providing or failing to pro- Vide "incidental medical services" during their wark hours for you will be deemed to be act- ing within the scopQ of their employment by yau or performing duties related to the con- duct of yaur business, 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I— COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale �f Pharmaceuticals "Badily injury" or "property damage" arising out of the willful violation of a penal staiute or ordinanca relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: CG D4 58 10 08 020D4 The Travalers Compani�s, Inc. Page 5 of 9 COMMERCIAL �EN�R,4L LIAB�LITY For the purposes of determining the applica- ble �ach �ccurrence Limit, all related acts or omissions committed in the providing or fail- ing to provide "incidental medical sorvices" to any one person will be wnsidered ona "oc- currence". 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SEC7fON IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, cantingent or on any othar basis, that is available io any of your "etnployeas" for "bodily injury" tha# arises oui of providing or falling to pravide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of SECTION II — WMO IS AN INSURED. 1. PERSONAL INJURY — ASSUMED BY CON» TRAGT '1. The following replaces Exclusion e., Contrac- tual Liability, in Paragraph 2. of S6CTION I — COVERAGES — COVERAGE B PER- SONAL AND ADVERTISING iNJURY LI- ABII,ITY: e. Contractuall,iability "Personal injury" or "advertising injury" for which the insured is obligated to pay damages by reason of the assumption of liabillty in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agraement; or (2) Liabiliry for damages because of "persanal injury" assumed in a con- tract or agrcement that is an "insured contracP', provided that the "personal inJury" is caused by an offense com� mitted subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable ai- torneys fees and necessary litigation expenses Incurrod by or for a party other than an insured will be deemed to be damac�es because of "personal injury", provided that: (a) Liability to such party for, or for the cost of, that party`s defonse has also been assumed in the same "insured contracC'; and (b) Such attorney fees and litigatian expenses are for defense of that party against a civil or alternative dispute resolution proceeding In which damages to which this in- surance applies are alleged. 2. The following replaces tha third sentence of Paragraph 2. of SUPPLEMENTARY PAY- MEPITS — COVERAGES A AND B; Nolwithstanding the provisions af Paragraph 2.b.(2) of Section I— Coverage A— Bodily In- jury And Property Damags Liability or P�ra- graph 2.e. of Sec#lon I— Coverage B— Per- sonal and Adver�sing Injury Llability, such payrnents will not be deemed to be damages because of "bodlly injury", "property damage" or "personal injury", and will not reduce the Ilmits of insurance. 3. The following replaces Paragraph 2.d. of SUPPt,EMENTARY PAYMENTS — COVER- AGES A AND B: d. The allegations in the "suit" and the in- formation we khow about the "occur- rence" or offense are such that no conflict appears to exist beiween the interests of the insured and the interests of the in- demnitee; 4. Tho following replaces the first subparagraph of Paragraph f. of the definition of "insured cantracY' in the pEFINI710NS Section: f. That part of any other contract or agres- ment pertaining to your business (includ- ing an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of anather party ta pay far "badily injury," "property damage" or "per- sonal injury" to a third person or organiza- tion. Tort Ilability means a liability that would be imposed by law in the absence af any cantract or agreement. J. EXT'�NSION OF COVERAGE — BODILY IN- JURY The following replaces tho definition of "bodily in- jury° in #he bEFINITIONS Section: "Bodily injury" means bodfly injury, mental an- guish, mental injury, shock, fright, disability, hu- miliation, sickness or disease sustained by a per- son, inaluding death resulting iram any of these at any time. Page 6 of 9 m 2op8 Tha Travelers Companios, Inc. CG D4 58 '10 08 K. BODILY INJURY TO CO-EMPLOYEES AND CO-VOLUNTEER WORKERS The following is added to Paragraph 2.a.('I ) of SECTION II — VNHO IS AN IfJSURED: Paragraph (1j(aj above does not apply to "bodily injury" to a co"employee" in the course of the co- "employes's" employment by you or perForming duties related to the conduct of your business, or to "bodily injury" to your othor "volunteer workers" while performing duties related to the conduct of your business. L. AIRCRAFT CHARTERED WITH CREW The fioilowing is added to Exclusion g., Aircraft, Auto Or Wate�craft, in Paragraph 2. of SECTION I— COVERAGES � COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with crew to any insured; (b) Not owned by any insured; and (c) Not being used lo carry any porson or prap- erty for a charge. M. N(aN-OWNED WATERCRAFT 1. The following replaces Paragraph (2) of Ex- clusian g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTI(JN I— COVERAGES — C(3VERAGE A BODILY INJURY AND PROPERTY DAMAGE LIA8ILITY: (2) A watercraft you do not own that is: (a� Fifty feet long or less; and (b) Not being used to carry any p�rson or property for a charge. 2. The follawing is addad to Paragraph 2, of SECTION II — tNHO IS AN INSURED: Any person or organization thak, with your ex- press or implied cor�sent, either uses or is ro- sponsible for the use of a watercraft thai you do not own that is: (1 j Fifty feet (ong or Jess; and (2} Not being useci to carry any person or property for a charge. N. INCREAS�D 5UPPLEIVDENTARY PAYMENTS �1. The following replaces Paragraph �I,b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I— COVER- AGES: b. Up to $2,500 for cost of bail bonds re- quired because of accidents or traffic law violations arising out of the use of any COMMERCIAL GENERAL LIABILITY vehic►e to which ths Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph �l.d. of SUPPLEM�NTARY PAYMENT5 — COVER- AGES A AND B of SECTI�N 1— COVER- AGES: d. All reasonable expenses i�currad by the insured at our request to assisi us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time ofF from war{c. O. MEDICAL PAYMENTS — INCREASED LIMITS The following replaces Paragraph 7. of SECTION III — LIMITS �F INSURANCE: 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C. for all medical expenses because of "bod- ily Injury" sustained by any one person, and will be the higher of; (a) �10,Q00; or (b} The amount shown on the Declarations of this Coverage Part for Medical E�cpense Limit. P. KNdWI.EDGE AND NOTICE OF OCCUR- RENCE CiR OFFENSE The following is added to Paragraph 2., Duties !n The Event of Occurrence, Offense, Claim or 5uit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following p�ovisions apply to Paragraph a. above, but only for the purposes of the in- surance provided undar this Coverage Part to you or any insured IistQd In Paragraph 1. or 2. of Section II — Who Is An Insured; (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurre�ce" or offense is known to you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any oP your managers wlio is an individual (if you are a limlted liability company), any of your trustees who ls an individual (if you are a trust), any of your "executive afficers" or directors (if you are an organization other than a partnarship, joint venture, limited liability company or trust} or any "employee" authorized by you to give notice of an "occurrence" or offense. CG D4 5$ 10 08 � 2000 The Travelers Companies, Inr,. Page 7 of 9 COMMERCIAL GENERAL LIABILITY (2j If you are a partnership, joint venture, lim- itEd liability company or trust, and nons of your partners, joint vantura members, managers or trustees are individuals, no- tice to us of such "occurrence" or offense must be given as soon as pra�tic�ble only after the "occurrence" ar offense is Icnown by: ' (a) Any individual who is: (i) A partner ar member of any part- nership or joint venture; (ii) A manager of any limited liability oompany; (iii) A trustee of any trust; or (iv) An executive officer or director of any other organization; that is your partner, joint venture member, manager or trustee; or �b) Any "employee" authorized by such partnership, joint venture, limited li- ability company, trust or other organi- zation to givo notice of an "occur- rence" or offense. (3) Notice ta us of such "occurrence" or of- fense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicablo to your warlcers' compensatlon insurer. Thls applios only if you subsequently give noifce to us of th� "occurrence" or offense as soon as prac- ticable after any of the persons describecl in Paragraphs e.(�1) or (2) above discov- ers that the "occurrence" or offense may result in sums to whioh the insurance provided under this Coverage Part may apply. However, if this policy includes an endorse- ment that provides limlted coverac�e for "bod- ily injury" or "property damage" or pollution costs arising out of a discharge, release or escape of "pollutants" which contains a re- quirement that the discharge, release or es- capo af "pollutants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that requirement. [a. UNINTENTIONAL OMI�SION The following is added to Paragrapli 6., ReprQ- sentations, of SECTIOM IV — COMMERCIAL GENERAL LIABILITY �ONdITIONS: The unintentional qmission of, or unintentional er- ror in, any information provided by you which we relied upon in issuing this policy will not preJudice your rights under this insurance. However, this provision does not affect our right to collect addi- tional premium or to exercise our rights of can�el- lation ar nonrenewal in accordance with applica- ble insurance laws or regulatlons. R. REASONABLE FORCE — B0I71LY INJURY OR PROPERTY DAMAGE The follawing replacas Exclusion a., Expected Or Intended Injury, in Paragraph 2. of SECTION I— C�VERAGES — COVERAGE A BODILY IN- JURY AND PROPEF2TY DAMAGE LIABILITY: a. Expected or Intended Injury or Damage "eodily Injury" or "property damage" expected or intended from the standpoint of the in- sured. This exclusion does not apply to "bod- ily inJury" or "property damage" resulting from the use of reasonable force to protect any person or property. S. TRAPISPQR7ATIQN �XPENSES FOR REPA- TRIATION OR REL�CATION OF INJURED OR SICK EMPLOYEES 1. The following is added to SUPPLEMENTARY PAYMENTS — COVERAC3E A AND B of SECTION I — COVERACES: We will reimburse you for the reasonable "transportation expenses" that yqu incur, over and above "normal transportation costs", for the repatriation or relocation of any of your in- jured, diseased, sick or deeeased "employ- ees". But only if: a. The injury, disease, sfckness, or death occurred during the policy period and while such "employee" was employed or assigned to work by you anywhere in the world other than: (1) The United States of America (includ- ing iis territories and possessions), Puerto Rico and Canada; and (2) Any country or jurisdiction in the "prohibited area"; b. The relocation or repatriation is neces- sary in the opinion of competent medical authorities; and c. The relacatian or repatriation is from the country where the injury, diseasQ, sick- ness, or death occurred to a destination in another country. The most we will pay as reasonable "irans- portaiion expenses" for the repatriation or re- loc�tian of any one of your "employees" is Page 8 of 9 C�v 2qoe The Travelors Compnnios, Inc. CG D4 58 10 08 $25,�00, The most we will pay as reasonable "transportation expenses" for the repatriation or relocation of all of your "employees" is $50,000. These payments will nat reduce the limits of insurance. 2. The follbwing is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: This insurance is excess over any valid and collectible other insuranca, whether primary, excess, contingent or on any other basis, that is available for the reasonable "transpo�tation expenses" that you incur, over and above "normal transportation costs", for the repatria- tion or relocation of any of your injured, dis- eased, sick or deceased "empioyees". COMMERCIAL GENERAL LIA8ILITY 3. The following is added to the DEFINITIONS section: "Normal transportation costs" mea�s the costs of transporting your "smployea" in good health, and in conformance with your busi- ness travel policy, from the country of inJury, disQase, sickness, or death to the country of relocation or repatriation. "Transpo�taiion expenses" includes the fol- lowing expenses: a. Costs af embalming ta meet United States standards; and b. Ali reasanablQ expenses of transportation ta return the remains of the deGeased to the country af burial or funerai. CG D4 5810 08 0 2oD8 The Travelers Companies, Inc. Page 9 of 9