Loading...
2007-027 pl.\ ORDINANCE NO. 2 /J(}'i - () 2. 7 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE ANDERSON STREET REPAVING PROJECT FOR THE CITY OF DENTON; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3585-ANDERSON STREET REPAVING AWARDED TO QUALITY EXCAVATION LTD. IN AN AMOUNT NOT TO EXCEED $104,709.10). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, , THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT t~. , 3585 Quality Excavation, Ltd. $104,709.10 SECTION 2. The acceptance and approval ofthe above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. ;.; SECTION 4. Upon acceptance and approval ofthe above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby .-' authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto_ SECTION 5_ This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the /if5 day of hJJnJ/u'y ,2007. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: EDWIN M. SNYDER, CITY ATTORNEY BY.~~~ ',... "" ~ CM• CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 day of February A.D., 2007, by and between City of Denton of the County of Denton and State of Texas, acting through Georee C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Ouality Excavation LTD. 5620 Hwy 377 of the City of Denton, County of Denton and State of Texas ,hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 3585 Anderson Street Repaving in the amount of $104,709.10 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepazed by: City of Denton Engineering staff all of which aze referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 Independent Status It is mutually understood and ageed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall 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. Indemnification Contractor covenants and agees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or chazacter, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or gant any rights, contractual or otherwise, to any other person or entity. Choice of Law and Venue This ageement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as aze provided by the General and Special Conditions. The OWNER agees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the yeaz and day first above written. ~~,/ L, ATT T: City of Denton OWNE BY: (SEAL) h. -\TH ~j~~ V ~aT1~1.1~ 1~2. ONTRACTOR MAILING ADDRESS APPROVED AS TO FORM: Y ATTO Y CA-3 tQa- 3~s-moo PHONE NUMBER ~,~ - ~5- sa to) FAX NUMBER BY: ~~1/I (Nn// TITLE ~y~-~~~ ~a~,~;~LAU~ W p_sov PRINTED NAME (SEAL) PEI2FORMA.NCE BOND STATE OF TEXAS j Bond Number: 104840725 COUNTY OF DENTON § K\'OW ALL MEN BY THESE PRESENTS: That Quality Excavation, T,TD. whose address is 5620 Hwv 377 Aubrey, TX 76227 hereinafrer called Principal, and Farmington Casualty Company a corporation organized and existing under the laws of the State of Connecticut ,and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafrer called Owner, in the penal sum of One Hundred Four Thousand Seven Hundred I~rine and 10/100 DOLLARS ($ 104,709.10) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages azising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2007-027, with the City of Denton, the Owner, dated the 6 day of February A. D. 2007 , a copy of which is hereto attached and made a par[ hereof, for Bid 3585 Anderson Street Repaving I~'O~~', THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specitlcations and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of an}' guazanty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appeaz within a period of two (2) years from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effec[. PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Worh to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompaztying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as ametided, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19- l of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the stn day of February 2007 ATTEST: BY: I~~- ~ ~ ~ ~,~~ SECRETARY ATTEST: PRINCIPAL Quality Excavation, Inc. '1'~T ~ 0.rtR¢..t- Tei-rl l/llilson SURETY __ 11 Fa rmi n8ton Casualty Como BY: l~Lll~C~(~~- ATTORNEY-IN-FACT ~ ; ,.~' Clenn E..Ganci = _ ._ The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: , '._.~ Baldwin Insurance & Bondin A ene Inc. William D. Baldwin NAME: e e ys, ,, . STREET ADDRESS: 1201 Kas Dr., Suite B, Richardson, Texas 75081 (Ir'OTE: Date of Performance Bond must be date of Contract. tf Resident Agent is not a corpora ion, give a persons name.) PB-2 PAYMENT BOND STATE OF TEXAS § Bond Number: 104840725 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Quality Excavation, LTD / , whose address is 5620 Hw 377 Aubre TX 76227, hereinafter called Principal, and Farmi n ton casual t Com an a corporation organized and existing under the laws of the State of Connecticut ,and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter refer~-rred to, in the penal sum of One Hundred Four Thousand Seven Hundred Nine and 10/1004FSOLLARS $ 104,709.10~lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2007-027, with the City of Denton, the Owner, dated the 6 day of February A.D. 2007 /, a copy of which is hereto attached and made a part hereof, for Bid 3585 Anderson Street Repavine./ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the teens of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the stn day of February zoo? ATTEST: BY: l l l ',~ l SECRETARY c ATTEST: BY:~~.,1-4AO ~rAanlmc~ PRINCIPAL Quality Excavation, Inc. BY: /~.,..~.~Gt/1t PRESIDENT SURETY Farmington Casualty Company L~ . BY: ~~~...__ .. ATTORNEY-IN-FACT Clenn E. Ganci The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME William D. Baldwin STREET ADDRESS: 1201 Kas Dr., Suite B, Richardson, Texas 75081 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-4 L ~o~ ~ SP WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ST PAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company/ St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company SL Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Cnmpany Seaboard Surely Cnmpany Travelers Casualty and Surety Company of America SL Peul Fire and Marine Insurance Company United S[a[es Fidelity and Guaranty Company Attorney-In Fact No. 2 j 5214 CertiBeate Nn. 0 0111916 3 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Ins'urunce Company, SL Paul Guardian Inmrance ompany and SL Paul Mercury Insurance Company arc corporations duly organized under the laws of the State of Minnesota, that Farmington Casually Company ravelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized carder the laws of the State oC Connecticut, Thal United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under [he laws of [he S[a[e of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoim William D. Baldwin, Michael B. Hill, Glenn E. Ganci, rady K. Cox, Suzanne C. Baldwin, Holly Hart, and Phyllis Scurlock o[ the City o[ Richardson ,State of Texas ,their Ime and lawful Attorney(s)-in-Fact, each in their separate eapaciry if more than one is named above, to sign, execute, seal and acknowledge any and all hoods, recognizances, condidonnl undertakings and other writings obligatory in [he nature thereof on behalf of the Companies' in their.business of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pe ~~iEd~in an~ Gans orp~ceedings' allowed by law. ('(`~' . '(~'~ .ceps IN WITNESS WHEREOF, the Companies have caused this ins e y[~be signed.~and theit~orpo»~ seals to be hereto affixed, this ) 3lh day of Match 2006 ~~~~~~ ~ nc`~~ Farmington Casualty Comp uy~ ~~~(1~y1J~ ~ 1V~~ Fidelity and Guaranlyflnsurance Company ~~ Fidelity and Guaranty Insurance Underwnters, Inc. Seaboard Surety Company Sl. Paul Fire and Marine Insurance Cnmpany St. Paul Guardian Insurance Company SL Paul Mercury Insurance Company Travelers Casualty and Surety Cnmpany Travelers Casualty and Surety Company of America United Slates Fidelity and Guaranty Company G,CXS~ ~AY'frY J~ 4 P:'XPOYSG JpX.1X3V9:i\ DV.XS Oa ISS~N.~ ~,~iY'WJ 1983 0 '+b bC f+'h3M ` =G. 9n g ~N04GIF0 u.~f 'C32" n "4e„uea ~°T ,e`~n~ = wpvax~r~~n warrOro, alrtndO. rl ~GS'- yi y ~ 19$t +O ® ' SE ALlpoJ o58d.L:i~ coxrv. ea ~.~ ~ I~ `~ nEa s . Sw a +s "~ '.y X ~e E,~ AIN^' State of Connecticut City of Hartford ss. By: C oryc W umpson. Scn' r Vic PresideN On this the 13th day of March 200~efnre me persomlly appeared Ccorge W. Thompson, who acknowledged himself to he the Senior Vice President of Farmington Camalty Company, Fidelity and Guaranty Inwrance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, SL Puul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Stales Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument Cor the purposes Therein contained by signing on behalf of [he corpom[ions by himself as a duly authorized officer. ~p.Tq~ In Witness Whereof, I hereunto set my hand and official seal. ~ My Commission expires the 30th day of June, 201 L ~'0UB11~ } W aw>~ .'fet eaulr ~ary Publi•J~ 58440-6-06 Printed in U.S.A. POWER OF ATTORNEY IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by [he authority of [he following resolutions adopted by [he Boards of Directors of Farmington Casualty Company, Fidelity and Guazanty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United S[a[es Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, [hat the Chairman, [he President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents [o act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe m sign with [he Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in [he nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors a[ any time may remove any such appoimee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President any Senior Vice President or any Vice President may delegate all or any pan of the foregoing authority [o one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed im the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in [he nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon [he Company when (a) signed by [he President any Vice Chairman, any Executive Vice Presidemt any Senior Vice President or any Vice President, any Second Vice President the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secremry or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that [he signature of each of [he following officers: President any Executive Vice President any Senior Vice President, any Vice President any Assistant Vice President any Secretary, any Assistant Secretary, and the seal of [he Company may be affixed by facsimile [o any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bands and undertakings and other writings obligatory in [he nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect m any bond or understanding [o which i[ is attached. I, Kori M. Johanson, [he undersigned, Assistant Secretary, of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insumnce Underwriters, Inc., Seaboard Surety Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insumnce Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Sure[y~Company~yf~Amerit a; and United States Fidelity and Guaranty Company do hereby certify that [he above and foregoing is a [me and correct copy of the Power~Attomeg~ecu[ed by smd~Companies, which is in full force and effect and has not been revoked. ~ ~~ ~~`)--"~~~~~~i~ IN TESTIMONY WHEREOF, I have hereunto set my hand and,~~ xed the~se`sals of~saQ~~Companies this 6th day of _Februat•y , 20 ~. ~~~ ~® Kori M. Johann Assfstam[ Secretary - BU rr` Slnfr 6; OSM....'r'. L,Y VOV,xSV9~ 1x INO r c• ~ r s 2 6n tCGpttNA1FD O • _ ~.r(oxeax [~ `;'w"ron~rF\~ •x 4^ O~j ~k aaoMm u ntz o ~ 7927 - i! ~ xwrwro. ttutww, 4 i .r~ ~9$f mad + ~k N%~o ~OSEALsto^ `iSBdL~i :Oi ~ ~ ~ ~~ rr' aaEN 'ruauct 1s' ~x~ ~ ri.._..~. ~ i n+' ~'MJ A1N s s~ ~~ ~ a To verify [he authemicity of this Power of Attorney, call 1-800-421-3880 or contact us a[ wwwstpaultravelersbond.com. Please refer m [he Attorney-In-Pact number, [he above-named individuals and [he details of the bond m which [he power is a[mched. STPALIL TRAVELERS St. Paul Travelers Bond 1301 E. Collins Blvd Richardson TX 75081 Phone: 800-842-0612 Fax.~214-570-6405 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267)675-3057 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached docwnent and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, al[ insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modifed or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he ar she receives notifcation that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, ifso noted.• Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. • Any deductibles or self-insured retentions shall be declazed in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be endorsed to provide the following: •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • All policies shall be endorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE ] 0 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED': Should any of the required insurance be provided under aclaims-made form, Contractor shall maintain such coverage continuously throughout the teen of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted.• [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,00,000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCil) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non-owned autos. [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minirnum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an"occurrence" basis, and the policy shall be issued by the same insurance company that carves the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Commercial Crime Provides coverage for the theft or disappeazance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regazdless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portab]e toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the govenunental entity prior to being awazded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) anew certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they aze providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carver or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declaze the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Project Name Anderson Street Repaving Anderson Base Bid BID TABULATION SHEET Work Days Bid No. P.O. No. dr, JJVJ Item Description Quantity Unit Unit Price Total 103.1 Contractors Wananties and Understandings 1 LS $ ~-y""'r~' LS $ ~0 Unit Price In Words ~-4a US 1JD 5 203.3-A Remove Concrete Sidewalk and Driveway 130 SY $ ~ ~ / SY a $ I~j,~°-0 Unit Price In Words ~ 00 D~6` `7 203.4 Unclassified Street Excavation 379. CY 0 $ ~Z,Z / CY $Q(a~j -0 Unil Price In Words ~[] - F ~, ~ p 5 203.7 Compacted Fill 41 CY $ ~ / CY $ ~ ~q ~ 0 0 Unit PricelnWords ~~~ 1.)\1.~~ loo t~0~`A~S 302.9-A Asphalt Pavement - 6" Type B 1587 SY $ ~q~ / SY $~j'I Unit Price In Words ~~ 4d L`~C~ ~~ ~-5 302.9-A Asphalt Pavement - 2" Type C 1587 SY $ 7S~ / SY $ , Unit Price In Words [5\.~">- ~ ca 1-~t~C.nR-5 ^ ~ 201 Temporary Erosion Control - I LS / LS $ 0 $ ~ i~ Unil Price In Words ~~ L.~O t~0\ 305.1 Concrete Curb & Gutter 903 0 LF $ - / LF $ ~~j aj Unit Price In Words ~0{'L. ~ Da ~~ S 305.2-A Concrete Driveway Approach 6" Thick 163 SY ~~tt ~~ $ c.}v / SY ~ $IoCj 0 Unit Price In Words ~~ \t~D dal 4 305.2-B 4" Concrete Sidewalk 6 SY $ ~ / SY $ ~~LY~ '0 't~~ Unit Price In Words t.~0 p t~~~ 305.2-C 4" Concrete Sidewalk Curb Retum Ramp (Type 1) 4 EA $ ~- / EA - o~ $?j7Lip b Unit Price In Words ~ ~~ G~ SP-29 Concrete Storm Inlet Face 2 EA $ ~~ / EA $~ ~0 Unii Price In Words ~1J ~a ~ 1 801 Barricades, Warning Signs and Detours I LS $ crh / LS $ ~ 0 ~7D Unit Price In Words T' " DO 301.2.1 H drated Lime (Slurry) 27 Y_ TN $ / TN $ 0 Unit Price In Words ~1J yf:7~ '\L S ~~ dp ~- 203.3-B Remove Concrete Curb & Gutter 903 LF $ 3-° / LF qa $ ~~- -0 Unit Price In Words O ~-o~~ 1\ bR 7 ~' ~ro ~ ~ ~~ q e 1 ~5~ 301.2 Subgrade Treatment 1955 SY / SY $ 0 $ 1 ~p Unit Price In Words ~ t ~ 11/22/2006 P-3 Project Name Anderson Street Repaving Anderson Base Bid BID TABULATION SHEET Work Days 45 Bid No. 3585 P.O. No. Item Description Quantity Unit Unit Price Total 107.20. Pro ect Si ns 2 EA r $ 3~' ~ / EA $ ~ 0 Unit Price In Words 1 -~ ~.P 1~ 203.3 Preparation of Ri ht of Wa 1 LS $ ~D~/ LS $ ~ 0 Unit Price In Words ~L-gyp - SP-I S Water Valve Cover Ad'ustment 1 EA $ ~jSq / EA c $ B Unit Price In Words ~~lQ-~~ - ~ ! 00 202.5 Block Sod 251 SY ~1 d $ 4~` / SY $ L~[s-~ ~ Unit Price In Words ~ '[1 ~~ LSO / ^~ SUBTOTAL BASE BID '~ r6 L~'t'~ 0 11 /22/2006 P-4 Project Name Anderson Street Repaving Anderson Additive Alternate Bid BID TABULATION SHEET Work Days Bid No. P.O. No. 45 ;i5tf5 Item Description Quantity Unit Unit Price Total 203.3-A Remove Concrete Sidewalk and Driveway 455 SY $ ~ t ~ / SY $ ~~9 0 Unit Price In Words E ~ Ip(~ 203.4 Unclassified Street Ex a vation c 21 CY $ Z 7P / CY $ 25(c~ ' - r ^ Unit Price In Words 1 \~~\( ~' 203.7 Compacted Fill t7 CY $ / CY $ lo~':d~ 0 Unit Price In Words U J t ~ ~ 201 Temporary Erosion Control 1 LS $ 4!Jl~ ~ / LS ,t $ `~~~~~ 0 Unit Price In Words tip \ pp 305.2-A Concrete Driveway Approach 6" Thick I58 SY $ / SY $ (03~~0 Unit Price In Words [~ 305.2-B 4" Concrete Sidewalk 412 SY $ ~'~ / SY $ ~j Unit Price In Words ~ ~~ pp 203.3 Preparation of Ri ht of Wa 1 LS $ ~c~C.~' / LS $ ~~ 0 Unit Price In Words \~ 1J~ pp SP-50 Solid Metal Cover Trench Grate 1 EA $ ~~_ '~~ / EA $ ~ G~t~ 0 Unit Price In Words t ~~ 202.5 Block SOd 390 SY $ ~ / SY $ ~1 ~ ~ .0 n n Unit Price In Words '~ n tDQ SUBTOTAL BASE BID ~CjZZ P~ 0 11/22/2006 P-5 Project Name Anderson Street Repaving BID TABULATION SUMMARY SHEET Work Days 45 Bid No. 3585 P.O. No. SUBTOTAL ANDERSON BASE BID (from page P-4) ~~ (p~Q-~~ 8~ SUBTOTAL ANDERSON ADDITIVE ALTERNATE (from page P-5) ~ qZZ TOTAL -ANDERSON BASE BID PLUS ANDERSON ADDIT[ VE ALTERNATE L ~ ~~~ P-6 BID SUMMARY TOTAL BASE BID PRICE 1N WORDS (]~.1C La~~~lo~~ FiyE a ~/. _ Alternate Bid Item: The additive alternate bid item may be added to the total base bid prior to awazd of a contract. Award of the contract will be based on items actually included in the Project. The decision to add the alternate item listed will be solely at the discretion of the City. The lowest responsive proposal for purposes of award shall be the conforming responsible Bidder offering the lowest amount for the base bid or the lowest aggregate amount for the base bid plus the additive alternate bid item. The City may or may not choose to incorporate the additive alternate item listed in the Proposal. In the event of the award of a contract to the undersigned, the undersigned will famish a performance bond and a payment bond for the full amount of the contract, to secwe proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. 'the undersigned certifies that the bid prices contained in this proposal have been cazefully checked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitmst laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. P-7 Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. 1 dated Addendum No. 2 dated Addendum No. 3 dated Addendum No. 4 dated Addendum No. 5 dated 12 -Iii-C~(o Received t 2 - 19 - ~ ~ Received Received Received Received CONTRALTO BY ~u A C-7iTLl.p~1L7 4~14SoJ ~io2t~ ~u~ti, 3`l~ Street Ad ress ~~n~ T~Z . ~7 ~z2~ ty and State Sea, uthorization/; /~ _ (If a C oration) -lz-lC~' ~S- G~~ Telephone P-8 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the awazd of contracts to non-resident bidders. This law provides that, in order to be awazded a contract as low bidder, non-resident bidders (out-of--state contractors whose corporate offices or principal place of business aze outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid anon-resident bidder in order to obtain a compazable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A below must be filled out by all out-of--state or non-resident bidders in order for your bid to meet specifications. The failure of out-of--state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in (give state), our principal place of business, aze not required to underbid resident bidders. / B. Our principal place of business or corporate offices aze in the State of Texas: t/ BIDDER: COMPA ,Y,~,D 'l~, ~ BY ~" """' " ~"'~"" "' ~a~1~w~0 kJic-bo v F~a-Q~- ~,E~ Street Address City and State THIS FORM MUST BE RETURNED WITH YOUR BID. P-9 From: Shannon Hartmann 972-331-3733 To: Tom Shaw Date: 2/20/2007 Time: 0:50:10 AM Page 2 of 3 ,acoRO CERTIFICATE OF LIABILITY INSURANCE OP ID $ DgrE (minlDarvrrl „ UALI-7 02 28 07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Baldwin Ins s Bonding Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1201 Kas Drive, Suite B ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Richardson TX 75081 Phone: 972-644-2688 Fax: 972-644-6035 INSURERS AFFORDING COVERAGE NAIC it INSURED INSURER A: gpoltpdala Zuaucanaa Co. A~XO 41297 Q u ali ty Excavation, Ltd: ~ INSURER B: T@xa5 Mutual IILSYranC@ CO ~ ~ o 0a a W 7 ~ \4 INSURER C. mao Kanove: xoppaanea ~er- 22292 g 562 7 Hw 3 y TX 76227 A b 5 ~ ~ INSURER D _ u rey __ INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANV REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W ITH RESPECT TO W RICH THIS CERTIFICATE MAY BE ISSUED OR MAV PERTAIN, THE INSURANCE AFFORDED BV THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LINfiTS SHOWN MAV HAVE BEEN REDIJCED BY PAID CLAIMS. LTR NSR TYPE OF IN6U NCE POLICY NUMBER ~ pATE MMRroIYY DATE MMR)O/YY LIMIT6 I G EN ERAL LIABILITY CAC CURRCNCC s 1 , OOO , OOO A I X I L ; X I COMMERCIALGCNERALLIADILRY 5126472 05/04/06 05/04/07 PREMISES EePCCYIeIIM S SD,OOD _4.- ~ OlAIMS MADE OCCUR MED EJ(P (Any one pemon) S 5_ OOO X IHLKT WO$ PEREONALSADV INJURY S1,000,OOO X HLKT ADD' L INS GENERAL AGGREGATE 5 2 , OOO , OOO GEN'L AOGRE OATE LIMR APPLIE6 PER: PRODUCTS ~ COMP/OP AGO S 2 , OOO , OOO ~~ r POLICY ET ~~~~ I LOC ~ J AUTOMOBILE LIABILITY COMDINCD GNGLC LIMIT $ 1 ANY AUTO -1 IFp M.f.I1IPOn __ _ _ ___ ~__ __ _ I ALL OWNED AUTOS I S pODILV INJURY I SCHEDULED AUTOS (P^' M^n^) I HIRED AUTOS ~ I BODILY INJURY I NON{JWNED AUTO6 ~ (Per accident) E PROPERTY DAMAGE (Par accitlpnt) S GARAGE LIARILRY g11TOONIY-F'A q[Y:IRFNr $ qNY gUTD OTHER THAN EA A<'S, E AUTO ONLY: AGf F EXCESSNMBRELLA LUIBILITV EACH OCCURRENCE $ ~ OCCUR CLAIMS MADE I AGGREGATE S E DEDUCTIBLE ~ E RETENTK)N $ _-__ $ WORKER6 COMPEN6ATION ANO ' RY UMRS Eft B EMPLOYERS LUU3ILITV ANY PROPRIETORIPARTNER/D(ECUTIVE TSF0001156917 05/04/06 05/04/07 E.L. EACH ACCIDENT S 110001000 OFHWRIMEMBER EXCLUDED? WAIVER OF SUBROGATI N ~ __ 16L. DIEEnsE ~ En EMPLOYE 8 1 , OOO , OOO II yes, Nescribe under SPECIAL PROVISIONS CeIRrv ~E. L. DIEEP.SE-POLICY LIMR Sl,000,000 OTHER C Equipment Floater IHD875590800 08/12/06 08/12/07 Lad/Rntd 350,000 9 ecial Form INCL THEFT Ded 1,000 UESGHIPTIDN OF UPEkA I TUNS /LOCATIONS I VEHICLES I EXCLUSIONS AUDEU by ENOOkSEMENI I SPECIAL PRUVISIUNS PROJECT: BID 3585 / ANDERSON STREET REPAVINC / 3 CERTIFICATE HOLDER CANCELLATION CITYDSI SHOULD ANY OF TXE ABOVE DESCRIBED POLICIES EE CANOELLED BEFORET IXPIRATION DATE THEREOF, THB RfiUING IN6URER WILL IF1.~B®GIL 3D DAY6 WRITTEN NOTICE TO THE GERTIPICATE MOLDER NAMED TO THE LEFT.BUT L City of Denton 221 N. 81m Street Denton TX 76201 IJ{{~ REPRE6ENT/~DY E ACORD 26 (2001/06) _ -..0 ACORD CORPORATION 1988 From: Shannon Hartmann 972-331-3733 To: Tom Shaw Date: 2/2B/2007 Tme: G:50:18 AM Page 3 of 3 MA R. 09 07 (FRl) 14:19 CITY OF DEN70N PURCHA6I NG OJ/09/2007 09:47 FAX ' bA,q Wilwn dills R,oJ ~LwONJ ~'illa(:c. OH ~A14J L.SOO.J44-AAA's 940 349 7302 PACE. 2/3 002/002 PROCRErriv,~ CERTIFICATE OF 1NSURANC.E GARLAND WILSON •~ 1904 BLAC'KJAC'K RD AUBREY, TX 76227-~--- --'~-! EOMMl06Ml VIHIOL! INBUIYNCE FR('IAL F30X 947 i9 ._T------- .. _..... H 44101 This document certifies that insurance 08849145-1 policies identified below have been is- sued by the designated insurer to the in- sured named above for the period (s) in- dicated. The coverage afforded by the policies listed below ore subject to all the terms, exclusions, limitations, endorse- ments. and conditions of these policies. City of Denton ifi an Additional )nsured. Vehicles: 2001 MACKCH6 VIN#1M2AA1RYXIW13727R 2005 PUT TRAILER VIN# - W9CA48245T3t39021 2004 INTERSTATETRAiLER V1N# IIKDLA5014M004955 2007 FORD F350 SUPER DUTY VIN# 1FTWW31P07EB50290 Additional Coverage's: COMBfND STNGLF,' LIMITS 1,000,000.(tU CSL F1RE & TNEFT LESS 5500 DED. COLLISION OR UPSE'I'LL-SS 5500 DED. UM/UIM 520.000'PERSON 540.000/ACCIDENT UMPD $15,000 5250 DED PERSONAL INJURY PROTECT 'F2.5111t HIRED AUTO LIABILITY $1,000,000.00 COMBINED SINGLE LIMIT NON-OWNED AUTO LIAR (0-10 EMPLOYEES) $1,000,000.00 COMBINED SINGLE LIMIT C'ertsficHl~Hulder ,-:~i f i", ~ ~ t~ ~1 ': ~ I a,~ '~+f - .,_ ;y r C:I'1'Y qF DENTON Please be advised should any of the about, described poli- 901 B. TEXAS STREET ties be canceled betilre the expiration data thereof, the is.u- DENTON,'1'X 76201 ing company will endoavor to mail 30 days written notice ccrinFlcAre r+uMUeR. -'-- ~ ~- to the cetiificate holder name to the Icft. but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents of representative ~ ~ ~~ MA R. 09 ~07 (FRI) 14:19 CITY OF DENTON PUACHA6I NC 940 349 7302 PACE. 3/3 OJ/OOi2007 09:47 FAI 0001/002 Progressive Commercial Auto Insurance Date: 03/09!2007 To: Tom Company: Fax !t: 940.349.7302 From: Sharla Subject: COI for Commerefal Policy No. pages (incl. this page): 2 Phone: Extension: 782-2201 Policy #: 08849145.1 HI Tom, Please let me know if you have any quastlons. Thank you. Sharla Progressive Commercial Auto 747 Alpha Drive Highland Hefphts, OH 44143 Phone: 1-800-444-4487 Fax: 1.800-556-0014 PAOGREll/!/E° C0.1/A/fRC/AL AUTO/NSUNANCf