HomeMy WebLinkAbout1997-009ORDINANCE NO Q7-009
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase
of necessary materials, equipment, supplies or services in accordance with the procedures of STATE
law and City ordinances, and
WHEREAS, the City Manager or a designated employee has reviewed and recommended
that the herein described bids are the lowest responsible bids for the materials, equipment, supplies
or services as shown in the 'Bid Proposals" submitted therefore, 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_ I That the numbered items in the following numbered bids for materials,
equipment, supplies, or services, shown in the 'Bid Proposals" attached hereto, are hereby accepted
and approved as being the lowest responsible bids for such items
BID ITEM
NUMBER NQ VENDOR AMOUNT
1972 ALL SOLA COMMUNICATIONS $ 30,419 00
S SECTION R That by the acceptance and approval of the above numbered items of the
submitted bids, the City accepts the offer of the persons submitting the bids 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 Bid Invitations, Bid
Proposals, and related documents
SECTION III That should the City and persons submitting approved and accepted items and
of the submitted bids wish to enter into a formal written agreement as a result of the acceptance,
approval, and awarding of the bids, the City Manager or his designated representative is hereby
authorized to execute the written contract which shall be attached hereto, provided that the written
contract is in accordance with the terms, conditions, specifications, standards, quantities and
specified sums contained in the Bid Proposal and related documents herein approved and accepted
1
SECTION IV That by the acceptance and approval of the above numbered items of the
submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount
and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as
authorized herein
SECTION That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this / ' day of 1997
JACK ILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY `
SUP LY ORD
2
DATE JANUARY 7, 1997
TO Mayor and Members of the City Council
FROM Ted Benavides, City Manager
SUBJECT BID # 1972 - SPREAD SPECTRUM MICROWAVE
RF.COMMF.NDATION We recommend this bid be awarded to the lowest bidder, Sola
Communications, in the amount of $30,419 00 including installation We also recommend we accept
the option to hold prices firm for one year for subsequent purchase to update our radio
communications
SUMMARY: This purchase is for microwave radios and antennas for installation between the
Spencer Power Plant and Lake Lewisville Hydro Generating Plant
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED. Radio Communication Division,
Electric Production Division
FISCAT, IMPACT: This purchase will be funded from 1996/97 budget funds
Account#610-101-1011-3970-9227
Attachments Tabulation Sheet
Memorandum dated 12-11-96 from Ray Wells
Respectfully submitted
Ted Benavides
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
817 AGENDA
HID NAME
1 3 EA
2 1 EA
3 _ 1 EA
4 FT
5 I 1 EA
1992
SPREAD SPECTRUM MICROWAVE
LINK AND RADIOS
DECEMBER 10 1996
DE$Ci-yTION
ENNA FEED LINE
CATE SIZE OF LINE AND TYPE
!ER SUPPLY FOR LAKE
SOLA
TELCO
NO BID
CORNSTAT
HSI
COMMUN
VENDORS
VENDOR
VENDOR
LGROUP
S820000
$740000__S9
J6815
POWER SUPPLY
$145100
_ $182000
$200000
4 FT
UTILITY SALES '
5145100
$18_2000
$150000
WESTERN MULTIPLEX
$309 FT
__S_450Ff__
$500FT
PREFERRED SALES
_
$89900
$130000
FMS TECH
TEMPLL
PRD STER
$192800
6
LIMITEDINSTALLATION TECHNICAL
SUPPORT ONLY
$316600
0
TURN KEY INSTALLATION
S36 917 66
CONTRACT BONDS INSURANCE
REQUIREMENTS
•$2982 00
OPT UPS POWER
DELIVERY
30DAYS
4
$120000 $200000
$280000 $585000
EIA CONN
S125 00
N CONN
14 DAYS $9000
HANGER HDWR
$600 00
CITY o/ DENTON. TEXAS
la
rn
96 DEC, l 2. ',1 ,u 3
MUNICIPAL BUILDING • 215 E McKINNEY • DENTON, TEXAS 76201
(817) 566.8200 • DFW METRO 434 2529
M E M O R A N D U M
TO: Tom Shaw, Purchasing Agent
FROM: Ray D. Wells, Superintendent of Electric
Metering/Communications & Electronics/Substations
DATE: December 11, 1996
RE: EVALUATION OF BID #1972, Spread Spectrum Microwave
eeoe=veo-vvoaae�eeaaaeesaaeeocaaeeaa000aaavaaaaaoaaavcaaoeeooeaaa
On December 10, 1996, the City of Denton received Bid #1972 for
Spread Spectrum Microwave equipment and installation between
Spencer Generating Plant and Lake Lewisville Hydro Generating
Plant. We had three (3) vendors responding with qualified bids,
they were:
Comsat RSI, 2100 Couch Drive, McKinney, Texas. Responded with
a total installed project cost of $36,917.66.
Sola Communications, Inc, 124 Toledo Drive,, Lafayette,
Louisiana. Responded with a total installed project cost of
$30,419. The Houston office will perform technical support
and installation.
Telco Grouo. Inc, 801 Greenview Drive, Grand Prairie, Texas.
Responded with a total installed project cost of $41,266.25.
All three responded with the Lynx cp2 radios manufactured by
Western Multiplex Corporation. We recommend Sofa Communications,
as the low bid meeting all specifications. Per the
specifications we further recommend extending a one year agreement
for subsequent purchases of Bid equipment and options.
Expanded communications requirements to the Hydro Plant associated
with TMPA assuming operating control necessitated this system.
This Microwave link will extend our Ti network to Lake Lewisville
offering bandwidth necessary for a telephone at the Hydro Plant and
SCADA communications for Denton, TMPA, and Brazos. Other
communications possible include expanded radio communications for
safety and automated meter reading.
This project is funded from current electric utilities operating
funds.
cc: Sharon Mays
Robert E. Nelson
"Dedicated to Quality Service"
CONTRACT AGREEMENT
STATE OF TEXAS S
COUNTY OF DENTON $
THIS AGREEMENT, made and entered into this
JANUARY A.D., 19 97 , by and between
CITY OF DENTON
7 day of
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thersunto duly authorized so to do, hereinafter termed "OWNER," and
SOLA COMMUNICATIONS, INC.
124 TOLEDO DR.
LAFAYETTE, LA 70506
of the City of LAFAYETTE , County of LAFAYETTE
and State of LA 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 # 1972 - SPREAD SPECTRUM MICROWAVE LINK & RADIOS
in the amount of $30,419.00 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 attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the
Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
' :d�YkN kr - :i' ::Y Y.I:��Y
all of which are made a part hereof and collectively evidencb and
constitute the entire contract.
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
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.
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
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 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 year and day first above written.
APPROVED AS TO FORM:
AAA0184D
Rev. 04/05/96
CA - 3
CITY OF DENTON
SOLA COMMUNICATIONS, INC.
CONTRA/CTORj
J
124 Toledo Drive
Lafayette, LA 70506
MAILING ADDRESS
(318) 232-7039
PHONE NUMBER
(318) 235-2799
FAX NUMBER
BY President
TITLE
TED J. MILLER
PRINTED NAME
(SEAL)
M' :ASTMS : u c"W6Co) TORT
STATE OF TEXAS $
COUNTY OF DENTON $
KNOW ALL MEN BY THESE PRESENTS: That SOLA COtMUNICATIONS,
INC. , of the City of I"AYETTE
County of I"AYETTE , and State of LA
as PRINCIPAL, and AETNA CASUALTY & SURETY COMPANY OF AMFRICA
as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are
held and firmly bound unto the CITY OF DENTON
as OWNER, in the penal sum of THIRTY THOUSAND FOUR HUNDRED NINETEEN
and no/100------------------- Dollars ($ 30,419.00 ) for the
payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the OWNER, dated the 7 day of JANUARY ,
1997 , for the construction of BID $ 1972 - SPREAD SPECTRUM MICROWAVE
LINK & RADIOS
which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that
if the said principal shall faithfully perform said Contract and
shall in all respects, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and
performed, and according to the true intent and meaning of said
Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void; otherwise to remain in full force and
effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of the Texas Government Code, Chapter 2253 (Vernon, as
currently amended), and all liabilities on this bond shall be
determined in accordance with said provisions to the same extent as
if they were copied at length herein.
PB - 1
PROVIDED FURTHER, that if any legal action bq filled upon this
bond, venue shall lie in Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
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.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this
19 97
SOLA COMMUNICATIONS, INC
Principal
By CC
Title SECRETARY/TREASURER
24TH day of JANUARY ,
AETNA CASUALTY & SURETY COMPANY nE AMERICA
Surety
Title ATTOR ,Y IN FACT r- _
Address: Address:
124 TOLEDO DRIVE 2100 NORTH FIRST STREET
LAFAYETTE, LA 70506 GOLDEN MEADOW LA 70357
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
BRUCE C. DeHART ELSEY & ASSOCIATES
88820 WILL CLAYTONPA-RKKWAY HUMBLE TEXAS 77338
NOTE: Date of Bond must not be prior to date of Contract.
ARA0184D
Rev. 04/05/96
PB — 2
AETNA CASUALTY St SURETY COMPANY OF AMERICA
Hartford Connecticut 06156
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT
KNOW ALLMEN BY THESE PRESENTS THAT AETNACASUALTY & SURETY COMPANY OFAMERICA a corporation duly organized under the laws
of the State of Connecticut and having Its principal office In the City of Hartford County of Hartford State of Connecticut hash made constituted
andappomted and does by these presents make constitute and appoint David J Orgeron or Lynn P Pierce " '
of Golden Meadow, LA its true and lawful Attornsylsl in Fact with full power and authority hereby conferred
to sign execute and acknowledge at any place within the United States or if the following line be filled in within the area there desig
noted the following instrument(s)
by his/her sole signature and am any and all bonds recognizancea contracts of indemnity and other writings obligatory in the nature of a bond
recognizance or conditional undertaking and any and all consents incidents thereto
and to bind AETNA CASUALTY & SURETY COMPANYOFAMERICA,thereby asfullyand to the same extent as II the same were signed by the duly
authorized officers ofAETNACASUALTY& SURETY COMPANY OFAMERICA andalltheactsolsaidAnorneyis) In Fact puntontto the authority
herein given are hereby ratified and confirmed
This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force
and affect
VOTED That each of the following officers Chairman Vim Chairman President Any Executive Vice President Any Group Executive Any Senior
Vice President Any Vice President Any Assistant Vice President Any Secretary Any Assistant Secretary may from time to time appoint
Resident Vice Presidents Resident Assistant Secretaries, Attorneys In Fact and Agents to act for and on behalf of the Company and may give any
such appointee such authority as his certificate of authority may proscribe to sign with the Company a name and seal with the Company s seal
bonds recognizancea contracts of Indemnity and other writings obligatory in the nature of a bond recognizance or conditional undertaking and
any of said officars or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him or her
VOTED That any bond recognizance contract of Indemnity or writing obligatory in the nature of a bond recognizance or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the Chairman the Vice Chairman the President an Executive Vice President
a Group Executive a Senior Vim President a Vice President an Assistant Vice President or by a Resident Vice President pursuant to the power
prescribed In the conlficeto of authority of such Resident Vice President and duly attested and sealed with the Company a seal by a Secretary or
Assistant Secretary or by a Resident Assistant Secretary pursuant to the power prescribed in the cenificats of authority of such Resident Assistant
Secretary or lb) duly executed (under seal If required) by one or more Attorneys In Fact pursuant to the power prescribed in his or their certificate
or certificates of authority
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution
voted by the Board of Directors of AETNA CASUALTY & SURETY COMPANY OF AMERICA, which Resolution is now In full force and affect
VOTED That the signature of each of the following officers Chairman Vice Chairman President Any Executive Vice President Any Group
Executive Any Senior Vice President Any Vice President Any Assistant Vice President Any Secretary Any Assistant Secretary andthesealofthe
Company maybe affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents Resident
Aaeletanl Secretaries or Attorneys in Fact for purposes only of executing and anesting bonds and undertakings and other writings obligatory in the
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 upon the Company
in the future with respect to any bond or undertaking to which It Is attached
IN WITNESS WHEREOF AETNA CASUALTY & SURETY COMPANY OF AMERICA has caused this instrument to be signed by its Vice President
and Its corporate seal to be hereto affixed this 6th dayof November 19 96
+,..n AETNA CA ALTY & SURETY CO PANY OF AMERICA
S
State of Connecticut
so Hartford ��''''��
County of Hanford �• eorg7.••/ hompse
Vice PFFeessYYddent
On this 6th dayof November 19 96 before me personally came GEORGE W THOMPSON to me known who
being by me duly sworn did depose and say that he/she Is Vice President of AETNA CASUALTY & SURETY COMPANY OF AMERICA the
corporation described In and which executed the above instrument that he/she knows the seal of said corporation that the seal affixed to the said
instrument is such corporate seal and that he/she executed the said instrument on behalf of the corporation by authority of hie/her office under
the Standing Resolutions thereof
at
My commuuon expires November 30 1998 Notary Pubbc
Rosalind R Christie
CERTIFICATE
I theundersigned Assistant Secretary of AETNA CASUALTY& SURETY COMPANY OF AMERICA a stock corporation of the Stets of Connecticut
DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked
and furthermore that the Standing Resolutions of the Board of Directors as sat fonh in the Comf sate of Authority are now m force
Signed and Sealed at the Home Office of the Company in the City of Hartford State of Connecticut Dated this day of
19
/ By
/✓ Rosa Gonsoulln
Assistant Secretary
S 2435 17 951
PAYMENT BOND
STATE OF TEXAS $
COUNTY OF DENTON S
KNOW ALL MEN BY THESE PRESENTS: That SOLA COMMUNICATIONS,
INC. of the City of LAFAYETTE
County of LAFAYETTE , and the State of LA ,
as principal, and AETNA CASUALTY & SURETY COMPANY OF AMERICA
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
THE CITY OF DENTON , OWNER, in the penal sum of
THIRTY THOUSAND FOUR HUNDRED NINETEEN and no/100-- Dollars ($ 30,419.00 )
for the payment whereof, the said Principal and Surety bind
themselves and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner, dated the 7 day of JANUARY
19 97 .
BID # 1972 - SPREAD SPECTRUM MICROWAVE LINK & RADIOS
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying labor
and material to him or a subcontractor in the prosecution of the
work provided for in said contract, then this obligation shall be
void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of the Texas Government Code, Chapter 2253 (Vernon,
as currently amended), and all liabilities on this bond shall be
determined in accordance with said provisions to the same extent as
if they were copied at length herein.
PB - 3
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
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.
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this 24TH day of JANUARY
1997
SOLA COMMUNICATIONS. INC.
Principal
By LU-1
�
Title SECRETARY/TREASURER
Address:
124 TOLEDO DRIVE
LAFAYFTTF,, LA 70506
(SEAL)
AETNA CASUALTY & 4TTRFTY COMPANY OF AMERICA
Surety
� L �- jov-
Title ATTO EY IN ACT _
Address:
(SEAL)
The name and address of the Resident Agent of Surety is:
BRUCE C DeHART ELSEY & ASSOCIATES
8820 WILL CLAYTON PARKWAY; HUMBLE, TEXAS 77338
AAA0184D
Rev. 04/05/96
PB - 4
AETNA CASUALTY & SURETY COMPANY OF AMERICA
Hartford Connecticut 06166
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(SI-IN-FACT
KNOW ALL MEN BY THESE PRESENTS THAT AETNACASUALTY&SURETY COMPANY OFAMERICA a corporation duly organized under the laws
of the State of Connecticut and having its principal office in the City of Hertford County of Hanford State of Connecticut bath made constituted
and appointed and does by these presents make constitute and appoint Ge Vid J Orgeron or Lynn P Pierce * *
of Golden Meadow, LA , Its true and lawful Attorney(sl In Fact with full power and authority hereby conferred
to sign execute and acknowledge at any place within the United States or if the following line be filled In within the area there desig
noted , the following instrumentle)
by his/her Mole signature and act any and all bonds recognizances contracts of indemnity and other writings obligatory In the nature of a bond
recognizance or conditional undertaking and any and all consents Incidents thereto
and to bind AETNA CASUALTY &SURETY COMPANY OFAMERICA,thereby as fully entire the some extent as tithe samewom signed bythe duly
oWhadzodoHlesn a(AETNACASUALTY& SURETYCOMPANYOFAMERICA, andalllhoaotsofaaldAttornsy(s) in Fact punuenrtotheautherhy,
heroin given ere hereby ratified and confirmed
This appointment Is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force
and effect
VOTED That each of the following officers.Chairman Vice Chairman, President Any Executive Vim President Any Group Executive Any Senior
Vice President Any Vice President Any Assistant Vice President Any Secretary Any Assistant Secretary may from time to time appoint
Resident Vice Presidents flesldentAsalwant Secretarles, Attorneysdn Feet and Agents to act for and on behalf of the Company and may give any
such appointee such authority as his certificate of authority may prescribe to sign with the Company a name and seal with the Company s goal
bonds recegnizances contrsctsofindemnity and other writings obligatory in the nature of a bond recognizance or conditional undertaking and
any of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him or her
VOTED Thatanybond recognizance contractof Indemnity, orwdting obligatory lnthe nature of a bond recognizance orconditlonal undertaking
shell be valid and binding upon the Company when at signed by the Chairman the Vice Chairman the President an Executive Vice President
a Group Executive a Senior Vice President a Vice President an Assistant Vice President or by a Resident Vice President pursuant to the power
prescribed In the certificate of authority of such Resident Vice President and duly attested and sealed with the Company s seal by a Secretary or
Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power prescribed In the certificate of authority of such Resident Assistant
Secretary or Oct duly executed (under seal if required) by one or more Attorneys in Fact pursuant to the power prescribed in his or their cenlficete
or certificates of authority
This Power of Attorney and CeHRlcate of Authority Is signed and waled by famlmile under and by authority of the following Standing Resolution
voted by the Board of Diversion, of AETNA CASUALTY & SURETY COMPANY OF AMERICA which Resolution Is now in full force and effect
VOTED That the signature of each of the following officers Chairman Vice Chairman President Any Executive Vice President Any Group
Executive Any Senior Vice President Any Vice President Any Assistant Vice President Any Secratary Any Assistant Secretary andtheseelofthe
Company maybe affixed by facsimile to any power of attorney aria any certificate relating thereto appointing Resident Vice Presidents Resident
Assistant Secretaries or Attorneys In Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the
nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facalmlle seal shell 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 upon the Company
in the future with respect to any bond or undertaking to which it Is attached
IN WITNESS WHEREOF AETNA CASUALTY At SURETY COMPANY OF AMERICA has caused this Instrument to be signed by its Vice President
and Its corporate seal to be hereto affixed this 6th deyof November 19 96
O AETNA'TY & SURETY CO WANY OF AMERICA
r
Stare of Connecticut
as Hartford By
County of Hartford sorb om
Vies P ant
On this 6th deyof November 19 96 before me personally came GEORGE W THOMPSON to me known who
being by me duly sworn did depose and say that he/she Is Vice President of AETNA CASUALTY & SURETY COMPANY OF AMERICA the
corporation described in and which executed the above Instrument that he/she knows the seal of said corporation that the seal affixed to the said
instrument Is such corporate seal and that he/she executed the said Instrument on behalf of the corporation by authority of me/her office under
the Standing Resolutions thereof
3�.'v
My commission expires November 30 lose Nourryy Public
Rosalind R Christie
CERTIFICATE
I the undersigned Assistant Secretary of AETNA CASUALTY as SURETY COMPANY OF AMERICA a stock corporation of the State of Connecticut
DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked
and furthermore that the Standing Resolutions of the Board of Directors as set forth in the Certificate of Authority are now in force
Signed and Sealed at the Home Office of the Company In the City of Hanford State of Connecticut Dated this day of
19 ^/
f Rose Oonaoulin
Assistant Secretary
S 2435 U 951
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
AAA00350 Cl - '
REVISED 10/12/94
Insurance Requirements
Page 2
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 provide thirty(3O) days prior written notice
of cancellation, non -renewal or reduction in coverage
• Should any of the required insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout the
term of this contract and, without lapse, for a period of three years beyond
the contract expiration, such that occurrences arising during the contract
term which give rise to claims made after expiration of the contract shall
be covered
• Should any of the required insurance be provided under a form of coverage
that includes a general annual aggregate limit providing for claims
investigation or legal defense costs to be included in the general annual
aggregate limit, the contractor shall either double the occurrence limits or
obtain Owners and Contractors Protective Liability Insurance.
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City
receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date If insurance is not reinstated, City
may, at its sole option, terminate this agreement effective on the date of
the lapse
F...11.1.111of�
REVISED 10/12/94
CI-2
Insurance Requirements
Page 3
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.
Is) A. General Liability Insurance:
General Liability insurance with combined single limits of not less than
$1,000,000.0oshall 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 (XCU) exposures
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability
AAA00350 Cl - 3
REVISED 10/12/94
Insurance Requirements
Page 4
M Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $500,000.00 either in a single
policy or in a combination of basic and umbrella or excess policies The policy
will Include bodily Injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
In conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for
• any auto, or
• all owned, hired and non -owned autos
Ix) 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, 4100,000 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)
I ) 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
AAA00350
REVISED 10112/94 Cl - 4
Insurance Requirements
Page 5
"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 form General Liability Is not provided or Is
unavailable to the contractor or if a contractor leases or rents a portion of a
City budding. Limits of not less than each occurrence are required
[ I 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
[ i 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
[� 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
AAA00350 CI - 5
REVISED 10112/94
Insurance Requirements
Page 6
ATTACHMENT 1
(xl 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 W6 096) -
includes all persons or entitles performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401 011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAA00350
REVISED 10/12/94 Cl - 6
Insurance Requirements
Page 7
C The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the end of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended.
E The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the
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
mad 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
AAA00350
REVISED 10/12/94 Cl - 7
Insurance Requirements
Page 8
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, anew
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
AAA00360
REVISED 10/12/94 Cl - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage
to be provided to the person for whom they are providing services
J. By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor is representing to the governmental entity that
all employees of the contractor who will provide services on the project will
be covered by workers' compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self -insured, with
the commission's Division of Self-insurance Regulation Providing false or
misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions
K The contractor's failure to comply with any of these provisions is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity
AAA003S0
REVISED 10/12104 Cl - 9
BIL NUMBER 1972 BID PROPOSALS Page 2 of 2
City of Denton, Texas 901 B Texas St
u...,...t,... n...,ae,.nt Denton. Texas 70201
ITEM
DESCRIPTION
OUAN
PRICE
AMOUNT
1.
MICROWAVE RADIOS (2 IN SERVICE, 1 SPARE)
3 EA
1174010.00
$7400.00
each
2.
MICROWAVE ANTENNA, 6 FT. (SPENCER END)
Mark Antenna P-24A72GF-1
1 EA
$1820.00
$1820.00
each
3
MICROWAVE ANTENNA, 6 FT. (DAM END)
1 EA.
$1820.00
$1820.00
each
4.
ANTENNA FEED LINE
200 FT
$4.50
$900.00
per ft.
Please indicate size of line
and type
Andrew 7/8" Heliax
5.
POWER SUPPLY FOR LAKE LEWISVILLE RADIO
Best Fortress UPS LI1020BR Power Supply
1 EA
$ 879.00
$879.00
each
TOTAL EQUIPMENT
$27619.0C
RECOMMENDED OPTIONS BELOW
INSTALLATION OPTIONS (PLEASE ITEMIZE SEPARATELY)
6
LIMITED INSTALLATION, TECHNICAL SUPPORT ONLY
$
$1200.0(
7
"TURN KEY" INSTALLATION (Contract - Bonds and
Insurance Requirements will be in effect)
$
$2800.0(
TOTALS
We quote the above f o It delivered to Denton, Texas Shipment can be made in 14 days from receipt of order Terms net130
unless otherwise Indicated
In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton Texas within a
reasonable period of time conatitues a contract The completed Bid Proposal must be properly priced, signed and returned
Sola Communications, Inc. Mickey Marks
Mailing Atltlreaa B,itltl�er/��
124 Toledo Drj,- a£ayette, LA 70506�—
City State Zip Signature
318-232-7039 Communicati ns Consultant
Title
AETNA CASUALTY & SURETY COMPANY OF AMERICA
Hartford Connecticut 06156
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYIS►-IN-FACT
KNOW ALL MEN BY THESE PRESENTS THAT AETNACASUALTY&SURETY COMPANY OFAMERICA a corporation duly organized under the laws
of the State of Connecticut and having Its principal office In the City of Hanford County of Hartford State of Connecticut hathmade constituted
endappointed and does by these presents make constitute and appoint David J Orgeron Or Lynn P Pierce ; -
of Golden Meadow, L A Its true and lawful Attorney(&) in Fact with full power and authority hereby conferred
to sign execute and acknowledge at anyplace within the United States or If the following line be filled in within the area there deslg
noted the following instrumentlal
by his/her sole signature and act any and all bonds recognizances contracts of indemnity and other writings obligatory In the nature of a bond
recognizance or conditional undertaking and any and all consents incidents thereto
andto bindAETNA CASUALTY&SURETY COMPANY OFAMERICA thereby nsfullyand to the same extant as if the sameware signed by the duly
authorizod officano(AETNACASUALTY&SURETY COMPANY OFAMERICA and all the oc aof saldAttorney(s) in Fact, punuantto the authority
herein given are hereby ratified and confirmed
This appointment Is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force
and effect
VOTED That each of the following officers Chairman Vice Chairman President Any Executive Vice President Any Group Executive Any Senior
Vice President Any Vice President Any Assistant Vice President Any Secretary Any Assistant Secretary may from time to time appoint
Resident Vice Presidents Resident Assistant Secretaries Attorneys In Few and Agents to act for and on behalf of the Company and may give any
such appointee such authority as his certificate of authority may prescribe to sign with the Company a name and seal with the Company a seal
bonds racoBnizances contracts of Indemnity and other writings obligatory in the nature of bond recognizance or conditional undertaking and
any of said officers or the Board of Directors may at anytime remove any such appointee and revoke the power and authority given him or her
VOTED Thatanybond recognizance contramoflndemnity or writing obligatory In the nature of a bond recognizance or conditional undertaking
shall be valid and binding upon the Company when to) signed by the Chairman the Vice Chairman the President an Executive Vice President
a Group Executive a Senior Vice President, a Vice President an Assistant Vice President or by a Resident Vice President pursuant to the power
prescribed in the certificate of authority of such Resident Vice President and duly attested and sealed with the Company a seal by a Secretary or
Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power proscribed In the certificate of authority of such Resident Assistant
Secretary or (b) duly executed (under seal If requiredl by one or more Attorneys In Fact pursuant to the power prescribed In his or their certificate
or certificates of authority
This Power of Attorney and Certificate of Authority Is signed and sealed by facsimile under and by authority of the following Standing Resolution
voted by the Board of Directors of AETNA CASUALTY & SURETY COMPANY OF AMERICA which Resolution is now In full fares and effect
VOTED That the signature of each of the following officers Chairman Vice Chairman President Any Executive Vice President Any Group
Executive Any Senior Vice President. Any Vice President Any Assistant Vice President Any Secretary Any Assistant Secretary and the seal of the
Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents Resident
Assistant Secretaries or Attorneys In Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the
naturatharaof and any such power of attorney or certificate beating such facsimile signature or facsimile seal shall be valid and binding upon the
Companyand any such powersoexecutt d and cerlifiedbysuchfacsimllesignatureand facsimile seal shall be valid and binding upon the Company
in the future with respect to any bond or undertaking to which It Is attached
IN WITNESS WHEREOF, AETNA CASUALTY & SURETY COMPANY OF AMERICA has caused this instrument to be signed by its Vice President
and its corporate seal to be hereto affixed this 6th dayof November 19 96
w..0 .� AETNA CA ALTY & SURETY CO PANY OF AMERICA
State of Connecticut
as Hanford
< E
By
Counryof Hanford
sorg romgu
Pent
Vlae
On this 6t h day of November
1B 96 before me personally came GEORGE W THOMPSON to me known who
being by me duly sworn did depose and say
that he/she Is Vice President of AETNA CASUALTY & SURETY COMPANY OF AMERICA the
corporation described in and which executed the above Instrument that he/she knows the seal of said corporation that the seal affixed to the said
instrument is such corporate seal and that he/she
executed the Bald Instrument on behalf of the corporation by authority of hb/her office under
the Standing Resolutions thereof
Ofi
L�
�rosv
&�
My azmmienon expires Novembe, 30 1998 Noun, Public
Rosalind R Christie
CERTIFICATE
I the undersigned Assistant Secretary of AETNA CASUALTY III, SURETY COMPANY OF AMERICA a stock corporation of the State of Connecticut
DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked
and furthermore that the Standing Resolutions of the Board of Directors ae eel forth in the Certificate of Authority are now in force
Signed and Sealed at the Home Office of the Company in the City of Hanford State of Connecticut Dated this 24th day of
January 1997
i
By A6=
Rose God soufin
Assistant Secretary
S 2435 (7 951
IIIER107;
DUET & HIERIUT, INC:
Certificate of Insurance
I Ills is III LLrti I Ihat Ila, pAl1LICa et insurance a1Y (1,mutb ll ladow, have
11001119HULd 101110 nlsllfed Ior Whoin 11114 La1111CIlIC IV cXLLlltbd and are III force at this time I his
cLrttltcate is lasual lot information only and confers no rights upon the holder I his certdieate neither affirmatively nor negatively amends extends or alters the
coverage afforded by such policy(tes) stated hLrcm
NAME & ADDRESS Sola Communications, Inc.; S J I, Inc
OFINSURED- 124 Toledo Drive
Lafayette, LA 70506
CERTIFICATE
ISSUED TO CITY OF DENTON
ATTN• PURCHASING DEPARTMENT
901B TEXAS STREET
DENTON, TX 76201
TYPE OF INSURANCE
POLICY NUMBER LIMITS OF LIABILITY
& TERM COMPANY
WORKERS' COMPENSATION
AND EMPLOYERS' LIABILITY
® U S L &H W C ENDORSEMENT
LOUISIANA 8130 STATUTORY
❑ " DEATH ON THE HIGH SEAS ACT
EMPLOYERS LIAB $1,000,000
❑ " ADMIRALTY COVERAGE I INCLUDING
1/I/93 CONTINUOUS MARITIME E L $25,000/25,000
MAINTENANCE & CURE
UNTIL CANCELLED
® IN REM" COVERAGE
® WAIVER OF SUBROGATION
LOUISIANA WORKERS
® OUTER CONTINENTAL SHELF ACT END
COMPENSATION CORP
® ALTERNATE EMPLOYER ILA ONLY)
GENERAL LIABILITY
GEN AGGREGATE S2,000,000
® COMPREHENSIVE FORM
LOUISIANA & TEXAS PRODUCMS OMP/OPS AGO $1,000,000
® PREMISES OPERATIONS
660843J6554TIA97
® EXPLOSION AND COLLAPSE HAZARD
PERSONAL& ADVERTISING INJURY $1,000,000
® UNDERGROUND HAZARD
® PRODUCTS/COMPLETED OPERATIONS HAZARD
EACH OCCURRENCE $1,000,000
10 CONTRACTUAL INSURANCE
® BROAD FORM PROPERTY DAMAGE
FIRE DAMAGE (ANY ONE FIRE) $ 50,000
® INDEPENDENT CONTRACTORS
1/l/971/l/98
® "IN REM" COVERAGE
® PERSONAL INJURY
THE TRAVELERS MEDICAL EXPENSE (ANY ONE PERSON) S 5,000
® NAMED AS ADDITIONAL INSURED
® WAIVER OF SUBROGATION
AUTOMOBILE LIABILITY
LOUISIANA
® OWNED
8I0687J8084TIL97 BI & PD COMBINED $1,000,000
® HIRED
TEXAS
® NON OWNED
FCAP374FOR4197
® BLANKET WAIVER OF SUBROGATION
® BLANKET ADDITIONAL ASSURED
1/I/971/l/98
THE TRAVELERS
OTHER
® PROTECTION & INDEMNITY
OMH7224286 $1.000,000
111/97 1/1198
GREAT AMERICAN INS CO
GENERAL DESCRIPTION OF WORK SALES, INSTALLATION AND SERVICE OF ELECTRONIC AND COMMUNICATION EQUIPMENT
LOCATION OF WOPX 124 TOLEDO DRIVE LAFAYETTE
LA 9203 HWY 23 BELLE CHASSE LA 13269 WEST MAIN, LAROSE, LA. 5377 B
RANGELINE ROAD. MOBILE. AL. 7437 THIRD STREET,
SABINE, TX. HWY 35 SOUTH PALM HARBOR PLAZA ROCKPORT, TX 1032 LEE ROAD,
MORGAN CITY LA. $03 CAJUN DOME BLVD LAFAYETTE
LA 319 MECCA DR LAFAYETTE LA 4300 WAYSIDE STE 103 HOUSTON TX 113
PAT STREET, SCOT LA. 117 S. 6TH STREET, LAPORTE.
TX
-REMARKS ADMIRALTY COVERAGE `N`^LUDDIG MAINTENANCE & CURE & DEATH ON THE 141011 SEAS ACT I9 COVERED UNDER PAI
POLICY NO OMH72 4286
CANCELLATION Should any of the above described policies be cancelled before the expiration date thereof the issuing company will endeavor to mad 30 days
written the above reamed oini ficate holder but failure to marl such notice shall Impose no obligation or liability of any kind upon the company
NAME & ADDRESS OF PRODUCING AGENCY
THERIOT, DUET & THERIOT, INC
2100 NORTH FIRST STREET
GOLDENMEADOW, LA 70357
By.-MQAZW2,-J
AUTHO ESE TIVE
January 24, 1997