Loading...
2005-113OP INaNCE NO. AN ORDINANCE ACCEPTING SEALED COMPETITIVE PROPOSALS AND AWARDING A CONTRACT FOR CONSTRUCTION SERVICES FOR RENOVATIONS TO THE CITY OF DENTON MUNICIPAL JAIL; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE AND PROVIDING AN EFFECTIVE DATE (RFSCP 3290-ADDITIONS TO DENTON CITY JAIL AWARDED TO JONES AND JEFFERY CONSTRUCTION CO., INC. IN AN AMOUNT NOT TO EXCEED $317,992.30). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the purchase of Construction Services 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. That the items in the following numbered request for proposal for materials, equipment, supplies or services, shown in the "Request Proposals" on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFSCP NUMBER CONTRACTOR AMOUNT 3290 Jones and Jeffery Construction Co., Inc. $317,992.30 SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitt'mg 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. That 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 tenns, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. That by acceptance and approval of the above numbered items of the submitted proposals, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved proposals or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the .s-fI¿ day of ¡J~ L ¿ ~ I3wxL EULINE BROCK, MAYOR ,2005. ATTEST: JENNIFER WALTERS, CITY SECRETARY. ByrrU~ tJ~ l+o~ APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, ITY ATTORNEY ~ " ." CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 2!JLday of April A.D., 2005, by and between Citv of Denton of the County of Denton and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do, hereinafter teaned "OWNER," and Jones and Jefferv Construction Companv, Inc. 3801 E. McKinnev Denton, TX 76208 of the City of Denton, County of Denton, State of "CONTRACTOR." Texas , hereinafter teaned WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and perfoaned by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete perfonTIance of the work specified below: Bid 3290- Additions to Denton Citv Jail in the amount of $317,992.30 and all extra work in connection therewith, under the teans 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 PerfonTIance 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 the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: Kirkpatrick Architects all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-I Independent Status It is mutually understood and agreed 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 perfonTI the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor covenants and agrees to and does hereby indemnify, hold haanltiss and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be perfonTIed 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 perfonTIance of any of the tenTIS and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which fonTIS 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 agreeme~ year and day first above written. ~) ~ ATTEST: ~ ^"" , (, \d::-b, >d/' I.';} '(S\v Adfi AI cs- CitvofDenton BY~~ ~~ (SEAL) ATTEST: ~ ..ftJ Jones & Jeffery Canst. Co., Ine \h.~OR 3801 E. McKinney Denton, Texas 76208 MAILING ADDRESS (940) 382-3124 PHONE NUMBER (940) 566-2176 FAX NUMBER BY: President TITLE APPROVED AS TO FORM: Robert W. Jones, Jr. PRINTED NAME. ~ÒÎ~~ CITY ATTO (SEAL) . CA-3 *** * BITUMINOUS * Casualty Corporation *** KNOW ALL MEN BY THESE,PRESENTS: That BITUMINOUS CASUALTY ~~e;;,:~e~ c:;:d71;~~ntk TRISH ARMSTRQNc;, ~ 4;Þ~;3 'i;~~(~;,~~ . ~/¡'~2;~ P,OWEROF,A" T,TOR"N, 'Ê~,'~~"1,",;{~ , . ' ~ ",'+.:£;:,.;!}¡¡f' stock insurance corp?ratiò~,',ifi:'iÇ' , " '~i~~~~"~"~ its true and lawfullittorney(s)-in-Fact, with 'full power for ~~don behalf of the company as' deliver and a a seal is requirèd), Mnds, undertakings, recognizances ôÍ>ìigätions:in the nature thereo(10\her1han bail bonds: bank' mortgage guaranìrÍ>òridS, guarantees of installmant guaranty boods, self-insurance workers compensation bonds guaranteeing abatement contract bonds, waste management bonds, hazardous waste re,"edlatio~þónds or black lung bO:dS). as fOllOWS:, -' "7'/:"':)]:~': ,~~~ ,~~~ii~~'~~r~~~i~ o;~,~o~r:~~=£=~}~~~:~~~_~_þ~~R~g~T~F SIN~L~~~'~~ '7\K~.;~ OBL:):GATION! RÊGÂRDÍÆSS OF THE NUMBER OFÎNSTRUMÊN"'Í'S;'ISSUÊD 'OBt;ÌGATIÒN;::~'% " .,,", ',' ',: ;>, ,', " .:" 'O"""... '" ,', ",':;:5,:""""" , and to bind BITUMINOUS CASUALTY,CO thereby, and all of the acts of S:¡id Attorneys-in-Fact, pursuant to these confirmed, This' ," (¡snot valid unlass printed on colored and ISmulti,oolored, This apPointm""t is ' made under and by authority <if ' I meeting held' Septembar I, 1988, This Power of ' y facsimile under and by the authority of the following resolutions adopted"b I direct~fsiò!, BITUMINOUS CASUAlTY CORPORATI " , ' ~ ,'"' RESOLVEO FURTHER, that the vice-president - surety, of the Corporation, in conjunction with thesactéiár'y or any assistant'seêretaiy '01' Corporntion, be and'hereby are authorized and directed to execute and deliver, to such persons as such officers of the Corporntion may deem appropriate. Powers 01 Aha in the form presentad to and attached to the minutes of this meeting, authorizing such persons to execute and deliver and affix the seal of the Corporntion to bonds.uOdèitrki recognizances, and suretyship obligations of all kinds, other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bo -,' installment paper and note ower of Attorney previously granted to any such person, The authority of any granted by any such officer illion dollars ($5,000,000,00). except (ã) bonds'requlred to be filed as and (b) bonds altyinbondsfiledinthatcourt," " ',' RESOLVEO FURTHER shall be vali ' (i) {when signed surety, of the Co ' secretary'or (ii) ","en signed -in-facfand ,eoled with the seal of the Corporati RESOLVED: FURTHER. that the signature 01 any officer d,èsignmed above, and1he seal of the Co thereof authorizing-the execution and delivery 01 any:lJónd"tíndertaking, recognizance, or other so used shall have the same force and effect as though manually affiie~: ' , " ,,;; '~ IN WITNESS WHEREOF. BITUMINOUS CASUAL1;Y,CORRORATION has caused these presents to be, signed by its;prop~r>oflìce~ , "',. ," "" "":'i,',," its corporatese'ät"tobe~flixed this 12TH day , "",' ,; '~:':/'(;~;' ;":' 'CERTIFICATE" ,....;, :' ", I, the undersigned, secret~ry 01 the r'; th,"loregoing and attached power ot . ,board ot directo~s;s~t,IMh in the Power ":'~I~' ~~,";~:'." - " , ,t: ",:, , 1};' ~ ~'í>ORSC 221.22 (3/97) ~ 'T\ ~)-j~~ 16 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § /KNOW ALL MEN BY THESE PRESENTS: That Jones & Jeffery Construction Company, Inc...whose address is 3801 E McKinne Dento X 76208 hereinafter called Principal, and '. , ,a corporation organized and existing under the laws of the State of -¡1> It ró , and fully authorized to transact business in the State of Texas, as Surety, are held and finTIly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of TH E HUNDRED SEVENTEEN THOUSAND N HUNDRED NINETY TWO AND 30/1 00 DOLLARS ($317,992,30 us ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, 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, finTIly 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 2005-~, with the City of Denton, the Owner, dated the ~day of April A.D. 2005~ a copy of which is hereto attached and made a part hereof, for Bid 3290- Addition to Denton Citv Jail V NOW, THEREFORE, if the Principal shall well, truly and faithfully perfonTI and fulfill all of the undertakings, covenants, tenTIs, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original tean thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perfonTI and fulfill all the undertakings, covenants, tenTIs, 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 appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save hanTIless 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 effect. PB -1 ~~6m öû3Pfi 13 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State ofT ex as. 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 tenTIS of the Contract, or to the Work to be perfonTIed 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 tenTIS of the Contract, or to the Work to be perfonTIed thereunder, or to the Plans, Specifications, Drawings, etc, This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas, The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19- I of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas, IN WITNESS WHEREOF, t~rument is e~ecuted in ~copies, each one of which shall be deemed an ongmal, thIs the ay ofo.'fD \ , rlCrP)/". ATTEST: PRINCIP AL B\E;¡;r~/ ~~ '"" :' PRESIDENT ATTEST: SURETY /' llV£um t?~hØ~) I~) ~~ ¡¡ilAt:::r The Resident Agent ofthe Surety in Denton County, Texas for delivery of notice and service of the process is: NAME:Pi\.J'('(I1fJ i, \(~~ \rNl íOr((i, STREET ADDRESS6l0 U I~~ f; ();>~";TV Î-;tJ~S (NOTE: Date ofPerfonnance Bond must be date of Contract. If Resident Agent is not a corporation, give a , 'person's name,J/ PB - 2 ~~ ~ *6UJæ~ l~ PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Jones and Jeffery Construction Company, IncV , whose address is 3801 E McKinne~Denton, TX 76208 , hereinafter called Principal, and 6'" un\rrl óQ(1qlr. *,~(\)'(çx:r1'J.: 'IWV""a corporation organIzed and exlstmg under the laws ofthe State of '\:'€ ï (:\.~ , and fully authonzed to transact business in the State of Texas, as Surety, are held and finTIly 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, finTIs, and corporations who may furnish materials for, or perfonTI labor upon, the building or improvements hereinafter referred to, in the penal sum of THREE H ,RED SEVENTE N THOUSAND NINE HUNDRED NINETY TWO AND 301100 DOLLARS $ 317, 992.30 n 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, finnly 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 2005-~, with the City of Denton, the Owner, dated the ~ day of April A,D. 2005~ a copy of which is hereto attached and made a part hereof, for Bid 3290- Addition to Denton City Jáil ~ NOW, THEREFORE, if the Principal shall well, truly and faithfully perfonn its duties and make prompt payment to all persons, finTIs, subcontractors, corporations and claimants supplying labor and/or material in the prosecution ofthe 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 oftime, alteration or addition to the tenTIS of the Contract, or to the Work to be perfonTIed 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 tenTIS of the Contract, or to the Work to be perfonTIed thereunder, or to the Plans, Specifications, Drawings, etc. PB - 3 v:b2 rð-* t::£J,lbC ~ ì ~ 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, t~nstrument is executed in 4.- cogies, each one of which shall be deemed an original, this the f'\¡ay of () p1 \ ,W2,/ ATTEST: BY~~ / PRINCIPAL Jones & Jeffery Canst. Co., Inc. BY~ PRESIDENT ATTEST: SURETY BY' . ~ ~;¡;Jiln~~ Y- -FA T ~ The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME:f)-(}.ffi)l) ~ v"iNj \VfJi mry J2- STREET ADDRESS:F)I.\", 1\.\ \?-,~ F nontol') (TV íLIì::::?î'h (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) / PB-4 d¡b~ 4.' Lj 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, all 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 modified 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 or she receives notification 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, if so noted: Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A, Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer 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, cJaim 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 ofliability, All policies shall be endorsed to read: "SAID POLlCY, SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLlCY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DA YS AD VANCE WRITTEN NOTICE ISREQUlRED". Should any of the required insurance be provided under a claims-made fonTI, Contractor shall maintain such coverage continuously throughout the tenn of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract tenn which give rise to claims made after expiration of the contract shall be covered. Should any of the required insurance be provided under a fonTI 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 tenTI, 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, tenninate 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, ifso noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $ 1,000,000 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 fonTI (ISO Fonn 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 fonTI property damage coverage. Coverage B shall include personal injury. Coverage C, medical payments, is not required. If the Comprehensive General Liability fonTI (ISO POnTI GL 0002 Current Edition and ISO FonTI 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 (XCU) exposures. Broad fonTI contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad fonTI 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 fonTI 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 minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be [] named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work perfonned 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 Insnrance 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 ofthe work or Contractor's operations under this contract. Coverage shall be on an"occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a - aggregate, [] Fire Damage Legal Liability Insurance Coverage is required if Broad fonn 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 fonTI for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires, This type insurance should be required if the contractor has access to City funds, Limits of not less than each occurrence are required. [] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications, ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificaten)-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 ofthe 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 perfonTIing all or part ofthe services the contractor has undertaken to perfonn on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees, This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities umelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C, The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended, E, The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (I) (2) F. 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 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. 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, fonTI and manner prescribed by the Texas Workers' Compensation Commission, infonTIing 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: (I) 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 ofthe project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a), a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project 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 perfonTI as required by paragraphs (I) - (7), with the certificates of coverage to be provided to the person for whom they are providing services, J, By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading infonTIation may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K, The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity, COMPETITIVE SEALED PROPOSAL FOR CONSTRUCTION CONTRACT Proposal of Jones & Jeffery Construction Co.. Inc. (Hereinafter called "Bidder"), *a corporation, organized and existing under the laws ofthe State of Texas, TO: ADDITIONS TO DENTON CITY JAIL CITY OF DENTON, TEXAS 76201 Gentlemen: The undersigned, in compliance with your invitation for competitive sealed p'roposals for Additions to Denton City Jail for City of Denton, Denton, Texas, having examined the drawings and specifications with related documents and being familiar with all of the conditions surrounding the construction of the proposed work, hereby proposes to furnish all labor, materiaL equipment, and supplies and to construct the work in accordance with the Contract Documents, within the time set forth herein, and at the price set forth below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents of which this proposal is a part. ADDENDA The Bidder further agrees, and acknowledges, the following Addenda have been received and that the entire contents thereof have been incorporated into this Proposal: No, ünem ,dated 01/13/05 No. Two (2) , dated 01124105 No. Three (3) ,dated 02/07/05 No, , dated BASE BID Bidder agrees to perform all. of the work described in the specifications and shown on the drawings for the sum of Two hundred fifty four thousand ei!!ht hundred sixty ei!!ht & 00/100 __----Dollars ($ 254.868,00 )." ALTERNATE BID ITEM NO.1 Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sum of Four thousand nine hnndred nineN & 00/100 Dollars ($ 4.990.00 )** .* Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. CASH ALLOWANCES The undersigned acknowledges the incorporation of cash allowances into this proposal as follows: Base Bid ----------------$17,835.00 12-04 PROPOSAL FORM - I DENTON CITY JAIL TIME FORCOMPLETlON OR LlQUlDATED DAMAGES The undersigned agrees to complete an the work ready for the Owner's acceptance, within 150 calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will cany liquidated damages provision in the amount of Three Hundred Dollars ($300.00) per day. Alternate Bid Item No,l The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) 4 calendar days after notice to proceed with the work is given by the Owner, runy realizing that the contract win calT)' liquidated damages provision in the amount ofThree Hundred Dollars ($300,00) per day. PERFORMANCE BOND (J 10%) AND PAYMENT BONDIIOO%) It is understood that bonds covering the faithful performance of the contract and payment of all obligations arising thereunder, each Performance Bond in the amount of 110% and each Payment Bond in the amount oftOO% of the contract amount, will be required by the Owner separately for each project. Premiums, for performance and payment bonds are included in the proposal amounts quoted. BID GUARANTEE Accompanying this Proposal is a bid bond or Cashier's Check made payable to the Owner for 5% of the total amount of the Base Proposal submitted herein, The bid bond will be returned to the Bidder, except that in the event of the Owner's acceptance of this Proposal within 60 days of the date hereof, the Bidder fails or refuses to execute and deliver the contract and required bonds within 10 days after he has received notice of acceptance of his bid, In this event the bond will become the property of the Owner because of failure of the Bidder to comply with specified requirements. STATE SALES TAX It is understood that this project is exempt ftom the State Sales Tax and the proposal amounts quoted herein do NOT include State of Texas Sales Tax. The bidder agrees that, if awarded a contract he will segregate labor and material amounts in such a manner that a Tax Exemption on materials may be legally obtained for the Owner's benefit. The undersigned Bidder further agrees to the following conditions: I. An incomplete Proposal or one having additional information or other modifications inscribed thereon, may be cause for rejection of the entire Proposal. 2, That, if accepted by the Owner, this Proposal becomes a part of the contract documents upon the signing of the contract agreement, and failing to comply with any part of this Proposal will be taken as failure of the Bidder to comply with the contract documents and will be just cause for rejection of the work. 3, That the Owner reserves the right to reject any or all bids and waive infonoalities and irregnlarities or to accept any bid considered advantageous to him 4. That he, the Bidder, will not withdraw this Proposal for a period of the sixty (60) days from the date hereof. (Seal ifbid by a corporation) Respectfully submitted, Jones & Jeffery Construction Company. Inc. Bidder ~ ~ Denton. Texas 76208 Authorized Officer ~. President Title February 8. 2005 Date 12-04 PROPOSAL FORM - 2 DENTON CITY JAIL ADDITIONS TO DENTON CITY JAIL CITY OF DENTON, TEXAS SUBCONTRACTORS The undersigned proposed to use the following listed subcontractors on the this project, Please cbeck "yes" or "no" as In whether or not the undersigned has prior project experience with IiSied subcontractor. TRADE SUBCONTRACTOR COST YES NO 1. MECHANICAL CBS Mechanical Sarvices, Ine, - Denton, TX $20,962,00 X 2, ELECTRICAL C & G Electric, Inc, - Denton, TX $25,400.00 X 3. PLUMBING CBS Mechanical, Inc. - Denton, TX $26,885,00 X 4, BUILDING CONCRETE Jones & Jeffery Const. Co. - Denton $15,000,00 X 5, MASONRY Donald Cunfiff Masonry - Aubrev, TX $17,500.00 X 6, HARDWARE Tex-Oma Builders SuDDly - Wichita Falls $1,275.00 X 7. PAINTING Frank Conner Paint - Denton, TX $5,110,00 X 8. DETENTION EOUJPMENT ISO Detention Contracting - San Antonio, TX LumD Sum (below) X 9, SECURITY HOLLOW METAL ISD Detention Contracting - San Antonio, TX LumD Sum Ibelow) X 10. SECURITY GLAZING ISO Detention Contracting - San Antonio. TX LumD Sum Ibelow) X 11. SECURITY HARDWARE ISO Detention Contracting - San Antonio. TX $28,700,00 Iitotal) X Jones & Jefferv Construction Co.. Inc. O,oeral Contracto~ February 8 2005 Date: 12-04 DENTON CITY JAIL Bond No, 2005-1 BID BOND The American Institute of Architects, AlA Document No, A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Jones & Jeffery Construction Co" Inc, as Principal hereinafter called the Principal, and Bituminous Casualty Corporation as Surety, hereinafter called the Surety, are held and finnly bound unto City of Denton as Obligee, hereinafter called the Obligee, in the sum ofFive Percent of Greatest Amount Bid Dollars ($ So/, GAB ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, the Principal has submitted a bid for Additions to Denton City Jail NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the pròsecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 8th day of February 2005 1r~~ Jones & Jeffery Construction Co" Inc, Principal BY:f~~J~ (Seal) NamelTitle fl1/l11:x@ @ ~ By: (Seal) Attorney-in-Fact ORSC 21328 (5/97) JEFi;: TRISH ARMSTRQNG:, "~i,-"'-" ...-,...-* * BITUMINOUS '* Casualty Corporation '***, " , M' KNow ALL MEN BY THESE;PRESÈNTS: That ËUTUMINOUS CASUALTY does make, constitut~'ánq apppint, ,-, ".., , ", -, its trueey(s)-in-Fact, with tuil powar ijnøÙn tie!>alf of the company ss ute and deiiver and aff a seal is r undertakings, recognizances ,Ùbligations'!n the nature thereof, bonds,bank mortgage guaranty guarantees of inslJ!Jiment nd<roteguaranty boOds, seif-insurance wor ern compensation bornlsguaranteemg: abatament contract bonds, waste management bonds. hazardous waste remedlstion)jOnds or black lung bonds), as feilows: ' , . ' , ",,' :,: , ' 'i .. ':' . ..' ::,.;(,-:,,~;,.' ,ALL WRITTEN'INSTRUMENTS IN AN, AMOTm'J'NOT .'J'OÊXCÊED., Ñ'J'AGGREGATE;;OF(':"/'~':;()F';;f):.,/.ê, ',,' ;g~~I~i~~~~:<~~~~ê ~$~ :9~,O;~,;~:~~¡~~!:..:ft::~'~~;~~~~$¡I~ $df/:; ~OR,', Aliyt1Ì~~ÞÆ::r¥£:~~+;!~f~,; reb .,a all of the ' acts' of said Attorneys-in-Fact, pursuant toth , , .'Thlsåp¡)Òintmént i,,'made under and byauthori 'oder aod:~ý;;".e, authc~ty.efttí1Jo,I!~~!,ng NOTIFICATION SYSTEMS OF AMERICA, Inc License 8-09589 ACR 1745 STANDARD QUOTATION March 16, 2005 From: Jonathan Ellis To: Tim Smith - City of Denton NSA, Inc, wishes to provide you with the following quote, based on the exclusions or qualifications listed below: Project Name: Jail Control and CCTV System Installations Location: Denton, Texas Proposal #: 031505JSECOD SCOPE OF WORK Provide and Install the followinC! Equipment: JAIL CONTROL SYSTEM NSA proposes to provide and install a completely new Jail control System, This system is PLC based and all user control is via a mouse driven Graphical User Interface (GUI) displayed on a flat screen monitor, Complete interfacing of the Door Control, Intercom and Video Systems is a key advantage to this system, . All door control, intercom and camera actions would be controlled thru the GUI. . Alarm call-up features would enable immediate video recognition of events such as an intercom call-in or keyed open door, . Simple to use point and click operation to unlock doors, call-up an Intercom station or view individual cameras all on one screen, . Safety inherent features built in, Pop up screen verification of action on key items such as "OPEN ALL DOORS"; requires a second mouse click before action is carried out. JAIL CCTV SYSTEM NSA proposes to provide and install a Digital Video Camera System with fifteen (15) Color Cameras, one Video Monitor and a 16 channel DVR as requested, This Digital Video Systems is completely network capable and will have the ability to be connected to a future Video Management system at a later date. Also included is an Audio System that will integrate with the DVR to provide recording of sound and video of 2 designated cameras, POLICE AREA CCTV SYSTEM NO SALES TAX INCLUDED This quote is based upon a preliminary design with the listed equipment counts. Design is based on information gathered during recent site visits, All existing wire, Locks and Intercoms will remain and be reconnected to the new Jail Control System. Three new doors will be wired and connected to the system as a part of this quote, PO Box 1385. Grapovino. Texas 16099 18111442-5442 FAX 18111481-0281, lon@nolilicationsvstomsinc.com Page 1 of 3 " v NOTIFICATION SYSTEMS OF AMERICA, Inc License B-09589 ACR 1745 NSA proposes to provide and install a Digital Video Camera System with 8 Color Cameras and one 8-channel DVR, This system shall be networked with the same type system provided for the Jail. Also integrated with this system shall be 2 listening systems, One listening device shall be installed in the interview room and the other is scheduled for the front lobby area, All wire and power supplies are included as part of this quotation, Total cost of Jail Control System: $24,128,00 Total cost of Jail Camera System: $15,795,00 Total cost of Police Area Camera System: $10.988,00 Total cost of new Systems: $50,911.00 Parts and Labor warranty plan(1st year): Included Parts and Labor warranty plan(2nd year): $2,745,00 100% Operational Warranty with 4 hour response( 1st year): $855.00 100% Operational Warranty with 4 hour response( 2nd year): $855,00 Total cost of Warranty and 4 hour response plans: $4,455.00 Grand Tota/: $55,366.00 EXCLUSIONS OR QUALIFICATIONS Work to be performed bv NSA Inc. 1, Provide low voltage wiring terminations, and mounting of the equipment for the proposed systems, 2, Provide all equipment or equals of equipment as shown on the bid documents, Any work or equipment not included in the above referenced bid documents will require a change order to perform, 3, Provide certificate of installation, O&M Manual(s) and as built drawings as specified, 4, All work is based on work being performed during NSA, Inc.'s normal business hours', 5, A one year warranty on equipment and labor is included, Work to be performed bv Electrical Contractor. 1. None, What is not included", 1, Any existing devices found defective and or in need of repair. 2, Price does not include any required patching or painting, 3, Changes in scope of work not agreed upon in writing, . Payment Terms - Our price is subject to the understanding that we shall be entitled to prompt monthly payment for PO Box 13B5. Grapevine, Texas 16099 [B11I442-5442 FAX [B11I4Bl-0281, ion@noUlicationsvslemsinc.com Page 2 of 3 NOTIFICATION SYSTEMS OF AMERICA, Inc License 8.09589 ACR 1745 the value of material delivered and work installed, that our payments shall be conditioned on owner payment only to the extent of monies withheld by the owner due to some deficiency on our part, that our retainage shall not exceed 10% nor the percentage of retainage currently being held by the owner with respect to our work and that our final payment shall be due upon acceptance of our work, This proposal is valid for Thirty (30) days, Approval: Acceptance Signature Date Print Name Title/Position Purchase Order # (If applicable) JAIL CCTV SYSTEM EQUIPMENT LIST 2 EZ350 WALL MOUNT CAMERA EVERFOCUS 13 EDH350 ARMOR DOME EVERFOCUS 2 ASK-4-KIT#101 AUDIO SURVEILLANCE SYSTEM LOUROE 1 IPP-16-250 16 CHANNEL DVR IONIT 1 LCD17 17"" FLAT MONITOR DEVIEW 1 ALTV2416 CAMERA POWER SUPPLY AL TRONIX 5 N/A MISC WIRE AND CONNECTORS NSA POLICE AREA CCTV SYSTEM EQUIPMENT LIST 2 ASK-4-KIT#101 AUDIO SURVEILLANCE SYSTEM LOUROE 1 IPP-08-250 8 CHANNEL DVR IONIT 1 LCD17 17" FLAT MONITOR DEVIEW 1 ALTV2416 CAMERA POWER SUPPLY AL TRONIX 8 N/A MISC WIRE AND CONNECTORS NSA 1 CVC-7706DNV SMOKING DECK CAMERA SPECO 1 EZ350 LOBBY 1 EVERFOCUS 1 ED200 LOBBY 2 EVERFOCUS 1 ED200 LOBBY 3 EVERFOCUS 1 CVC-7706DNV SALLY PORT EXTERIOR DOOR SPECO 1 CVC-7706DNV PARKING LOT ENTRY DOOR SPECO 1 CVC-7706DNV PARKING LOT VIEW SPECO 1 TBD COVERT OR DOME FOR INTERVIEW ROOM SELECTED BY COD PO Box 13B5, Grapevine. Texas 16099 [8111442-5442 fAX [8111481-0281. jon@notilicationsvstemsinc.com Page 3 of 3 ,ce, 4/26;'2005 Time, 9,08 AM To, Tom Shaw @ 3497302 Paqe, 001 PROOUCER (940)382-9691 Ramey & King Insurance 510 North 1-35 E Denton, TX 76205 Dana Hilliard iii sú.ËÖ U Jo Ii",S U & U J ef fer y COli 5 t r Ii <:1'1 0 liu 3801 E. McKinney Denton, TX 76201 JtCORQ. CERTIFICATE OF LIABILITY INSURANCE I o~~ï;;;~;) FAX (940)243 1050 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHrS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOr AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, nmu./'m Co. ~1r INSURERS AFFORDING COVERAGE U,NSü¡ifJi;; Ca'ïanÿuNat1an¡¡rtiïs Com INSUR"¡¡¡¡NI Õ¡¡--'ST ANDARO'tN'SURÄNcEcõ:"m" INSURm c. Essex Insurance -;-ÑSIJRERo"TexasMutù"Y-iïi;,:'co:--'--' INSURER E NAIC# '00_00__' 38911 uu, TxMÙf,_mmm, COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANOJNG ANY REQUIREMENT, TERM DR CONOJTlON OF ANY CONTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSlIEDOR MAY PERTAIN THE INSURANCE AFFCRDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONOJTlONS OF SUCH POliCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ,~;;~ -iRii;: m~~;~-;;;;~~~RA;;;;;;'_m' m__~-;;;:;;;-;~~~-;;;,-.;uumuu_u'PO'¡CVËFFÉCT¡VÉ "ö,icŸËxpiRATlO" m,;;uu-u_m~I;;~;~muummuum- ~N::~I~~:~I~::E':æALC'ABlliTY V GL32281O7¡A4/05/2ooS 04/05/2006 uu~~~';;;n"': t,uml'1~~~::; ~:: ~:] CLAIMS MADE [~OCCUR """EXPrA", oo,,~':."""- -'---,'_'m~QO() PERSONAL"ADVINJURY' 1,000,000 G',':'~A.:::'<3,G,REGAT~,- ,',-_£,,(),QQ,,(),()O PRODUCTS, COMPtOP AGG' 2,000,000 ".-- A - "~m'_'m~uum__. -- ~'L AGGREGATE liMIT APPliES PER _,LPOliCY n ~æT CJ eoc - - ,A,UTOMOBILELIABI"J'>"~ ¡X. "¡YAUTa /" ./" TA905624823 05/01/2005 05/01/2006 COMB1NEOS>NGLELIMIT (E"œid..,!) , .)"QOO,OOO /""'" ALL O,",'ED 'vTOS BODILY INJURY 'Po;""~1 B SCHEDULED AuTOS HIRED AuTOS NON,O'MoIEDAUTOS 80DIC YONJURY (P";.""id~t) "00 '00 """'0000' ',"OPERTY DAM',GE (P.;~,id"t¡ 00""00000000 00'__"""'0000' 00"""'000000 '.... ""um_m """"'00 ""'00 00" ~~OElIAB'LlTY -I ANY AUTO AC~O Ot" Y, EA ACCIDENT' OTHER THAN ËAACC' AUTO ONLY AGG I XMR20011 04/05/2005 04/05/2006 ".cHoceURRENCE , ~ESSIUMBRELLA LlAB'UTY , muu.l OCCUR [J Cl^,MS MADE nnl DEDUCTIBLE m"1 RETENTION' ./ WORKERS COMPENSA TOON ANO /' EMPLOYERS' UABILITY D ANY PROPROETORIPARTNõRlEXECuT,1IE OFFICER/MEMBER EXCLUDED? If,.., d,=". "d., SPECIAL PROV;S""S below OTHER c AGGREGATE , ___uum,..._,_uuuu uu_m___...'mm ./" TSFQOOO692911 03/14/2005 in;:;n 03/14/2006 I ~~:~"~. OTH, ~A,C,H, ACço~E"",...uu_-, -"uu~_uu2QQ.,,()()() ELDISE<\SE,E',EMPIQY8 , 500,000 E.I, DISEASE, POLleYLI..T $ 500,000 ---- ,- ../ Þ"F¿c¡:¿fN N'~':"A lÎ~S.¡' ifo'ii~~~""¡¡'~i~~C¿;~St'ÇS j'~!jíD ~DORSEME"T I SPECIAL PROVISIONS ity of Denton, it's officials, agents, employe~nd volunteers are listed as additional insureds.""""'" ald policies are primary and non contributory. Said policies shall not be cancelled, non renewed or þ.aterially changed without 30 days advanced written notice being given to the owner (city) except when he policy is being cancelled for nonpay, in which Case 10 days advanced written notice is required."""'-- CERTtFICArE HOLDER City of Denton / 90J. B Texas Street Denton, TX 76201 CANCELLATION SHoveD ANY OF THE ABOVE OfSCRIBED POLiCIES BE CANCELL"" BEFORE THE EXPIRATioN DATE THEREOF. TH"$SUING ONSURER woeL ENDEAVOR TO MAoe _DAYS WRITTEN NonCE TO THE CERTIfiCATE HoLOER NAMEDTOTHELEn. BUT FAILURE TO MAIL SUCH NonCE SHA" IMPOSE NO OBltGATION OR ltABlltTY n . OF ANY".IND UPON,TH "'SURER...ITS AGgN'T.S, OR ,,-EPRgSENTAT,'VES u. AUTHORJZED REPR ' ATtVE Jeff Kin AeORD25 (2001108) @ACORDCORPORArION 1988 .;>te, '4/26/2005 Time, 9,08 AM To, Tom Shaw @ 3497302 Paqe, 002 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). require an endorsement. A statement on thiS oortificate does not confer rights to the certificate if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may holder in lieu of such endorsement(s} DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate hoider, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, ACORD 25 (2001/08)