HomeMy WebLinkAbout1997-349ORDINANCE NO h i- :[7
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, 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
construction of public works or improvements in accordance with the procedures of STATE law
and City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2124 PAVEMENT SPECIALISTS, INC $ 53,740 00
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the �f — day of j)iCe/n 1997
C 4'& e A�
JACK MILLER MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
2124 -_- - - � - --
CRACK SEALING OF STREETS CURTCO BAUM
PAGE 1 OF 2 INC CONST
NOVEMBER 6, 1997 CO
001 $62,000 00
PAVEMENT
SPECIALISTS
INC
PROJECT LOCATION LISTINGS
NO
BTASST NAME
FROM
TO
1.
ALLIES
COL -DE -SAC
2.
ANYBA
MOCKINGBIRD
DEAD-END
3.
SAME
PACE
NOCKINGBIRD
DEAD-END
4.
BEVERLY
MOCKINGBIRD
S.
BOARDWALK
HILL
LINCOLN
6.
BONNIE BRAS
UNIVERSITY DR
RINEY NO
7.
BUCKINGHAM
HERCULES
SHERMAN
S.
BURNING TRES
WINDSOR
SHERBON
9.
CAMBRIDGE
WELLINGTON
OXFORD
10.
CHAMBERS
HILL
DALLAS DR
11.
CHRISTOPHER
MOCKINGBIRD
PACs
12.
CHURCHILL
NOTTINGHAM
WINDSOR
13.
OONDITT
WESTON
CUL-DE-SAC
14
COOK
HILL
ROBSRTSON
15.
CORDELL
CRESCENT
FULTON
16.
DIME
CUL-Ds-SAC
17.
HOPKINS
DALLAS DR
DEAD-END
18
HOWARD
MOCKINGBIRD
DEAD-END
19
INDUSTRIAL
WYE
DEAD -SKI)
20.
JOYCE LANE
HIGHWAY 77
DEAD-END
21.
LAMY
HOBBS
PRAIRIE
22.
MENG
PAISLEY
CUL-DE-SAC
23.
MILL
MORSE
WYE
24.
OXFORD
NOTTINGHAM
FIBATHSR
25.
PAGE
CHRISTOPHER
BARNES
26
PACE
WESTON
PAISLEY
27
PAISLEY
MOCKINGBIRD
HILL
DEAD-END
2B
PARS
SIMNONS
29.
PICRWICR
WINDSOR
WELLINGTON
30.
ROBERTSON
HORSE
BELL
31.
ROYAL RUNS
HERCULES
BNSRMAN
32.
RUDDSLL
HICKORY
MCKINNEs��� e,1
AHGELINA BEND
33.
SANDY CREEK
ANGELINA BEND
34.
SHSRRTON
HSRCULs.
IMPERIAL
35.
SIMMONS
PARK
DALLAS OR
36.
TERRY CT
MOCKINGBIRD
DEAD-END
37
TRAVIS
PIPING ROCK
SANTA FS
38.
VICTORIA
CHURCHILL
NOTTING[AM
39.
WAYNE
PERTAIN
HO8ING0
40
WELLINGTON
CHURCHILL
KINGS ROW
41.
WELLINGTON
HERCULES
SHERMAN
42.
WEST OAR
JAGOE
BONNIE BRAS
43.
WESTON
MOOKINGBIRD
PACE
44.
WOODSON CIRCLE
WEBTON
CUL-DS-SAC
46.
WYE
INDUSTRIAL
CRp88TIMBBA
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2 day of
DACEMBER A.D., 19 97 , by and between
TIE CITY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thereunto duly authorized so to do, hereinafter termed "OWNER," and
P.0 BOX 2030
ROANOKE, TX 76262-4030
of the City of ROANOKE , County of -
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 2124 -- CRACK SEALANT OF STREETS
in the amount of es1.74n_oo 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
which are made a part he
tuts the entire contract.
and
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:
AaAO184D
Rev. 04/05/96
CA- 3
PAVEMENT
CONTRACTOR
• Box 200
MAILING ADDRESS
817 491-9777_
FAX NUMB
BY
TITLE - V E PRESIDENT
CASEY L. HOLLOWAY
PRINTED NAME
(SEAL)
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
AAAW350
REVISED 10/12/94 Cl - 1
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 -
so 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(30) 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 sych 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
AAA00350
REVISED 101121" Cl - 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:
[11 A. General Liability Insurance:
General Liability Insurance with combined single limits of not less than
$500,000.00 shall be provided and maintained by the contractor. The policy
shall be written on an occurrence basis either in a single policy or in a
combination of underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used•
• Coverage A shall include premises, operations, products, and
completed operations, Independent contractors, contractual liability
covering this contract and broad form property damage coverage
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) Is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, independent
contractors and property 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
REVISED 10/12/94 Cl - 3
Insurance Requirements
Page 4
Oil Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability Insurance with
Combined Single Limits (CSL) of not less than $soo.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:
e any auto, or
is all owned, hired and non -owned autos
[�l 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 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, ar
Protective Liability insurance policy naming the I
damage and bodily Injury which may arise in the
contractor's operations
under this contract
AAAW350
REVISED 10112/04 Cl - 4
Owner's and Contractor's
:itv as insured for urooerty
prosecution of the work or
Coverage shall be on an
Insurance Requirements
Page 5
"occurrence" basis, and the policy shalt 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.
[ I Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is
unavailable to the contractor or if a contractor leases or rents a portion of a
City building. Limits of not less than each occurrence are required
[ [ Professional Liability Insurance
Professional liability Insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection with
professional services Is required under this Agreement
[ 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.
[ 1 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
REVISED 10/12/94 Cl - b
Insurance Requirements
Page 6
ATTACHMENT 1
[XI 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'slperson's work on the project has been
completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406 096) -
Includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, 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.
S. 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 10112194 Cl - 6
Insurance Requirements
Page y
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
mail or personal delivery, within 10 days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project.
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
Informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify coverage and
report lack of coverage.
AAA00350 Cl - 7
REVISED 10/12194
Insurance Requirements
Page a
I. The contractor shall contractually require each person with whom It
contracts to provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(") 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 and 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
AAA00350
IEVISED 10114/94 CI - 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.
nnnoo3SD
REVISED 1011:194 Cl - 9
BID NUMBER 2124
BID PROPOSALS
CRY of ON"% Taus 901.8 Taw St.
PumMoing DpaAwcum% Tax" "m
Page 1 Of 2
CRACS BEAL
BID TABULATION IlI EET
177/-70
TAL HIDALLISE
NO
2 .
3
STRSHT
ANYSA
BEES
FROM
CDL-DE-SACOMOCKINGBIRD
PACE
WDZAD-END
SHERMAN
EMERSON
OXFORD
DALLAS DR
PACE
WINDSOR
CUL—DE—SAC
ROHERTSON
FULTON
DEAD-END
DEAD-END
DEAD-END
DEAD-END
PRAIRIE
CUL-DE-SAC
WYE
HEATHER
BARNES
PAISLEY
DEAD-END
SIMMONS
WELLINGTON
BELL
SHERMAN
MCRINNEY
.36'r
/'
S�4.
Z /5.
W 3ZO
//__1`6,
S OD
20
S 0
S 2
S O
S
$
S
$ O
S O
$
$ 2
$ 8
$ 2
$
$ O
$ 3� O
$ ZO
$
$
$
$ O
$
BEVERLY
BOARDWALK
BONNIEUNIVERSITY
BUCKING
BURNING TREE
CAMBRIDGE
CHAMBERS
CHRISTOPHER
CHURCH174L
CONDITT
COOK
CORDELL
DIANE
HOPKINS
HOWARD
INDUSTRIAL
JOYCE
LAKEY
MENG
MILL
RD
E
E
SLEY
K
KWICR
ERT ON
AL CRES
DELL
MOCKINGBIRD
HILL
DR
HERCULES
WINDSOR
WELLINGTON
HILL
MOCKINGBIRD
NOTTINGHAM
WESTON
MILL
CRESCENT
CUL-DE-SAC
DALLAS DR
MOCKINGBIRD
WYE
HIGHWAY 77
HORSE
PAISLEY
HORSE
NOTTINGHAM
CHRISTOPHER
WESTON 4
MOCKINGBIRD
HILL
WINDSOR
MOROI
HERCUL83
HICKORY
7.
e.
9.
10.
il.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
132.1v
BID NUMBER 2124 BID PROPOSALS Page 2 Of 2
City et Heaton, Texas 901 B Texas St.
—___—_— � T.... Tavn
9,VA
We quote the above f o b delivered to Denton. Texas Shipment can be made indays from receipt of order Terms netl30
unless otherwise Indicated
In all
d Items bY the
ty of
ton, Texas
reasonable Period off timebid, the vendor conetltues a contract athat grees
competed Bid Proposalptance of any s mustbeProperly priced,
riced signed annd r tt Med within a
PO BOX 2030
=-ZWWMPWM�� MEN
M
SPFC IS
eeq.tun
Bond No. 280 1191
S• �
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That PAVEMENT SPECIALISTS, INC,
whose address is P O. BOX 2030, ROANOKE, TX 76262-4030, hereinafter called Principal, and
Reliance insurance Company , a corporation organized and existing under the laws of the
State o and fully authorized to transact business in the State of Texas, as Surety, are held
and firm y oun unto the City of Denton, a municipal corporation organized and existing under the
laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations
who may furnish materials for, or perform labor upon, the building or improvements hereinafter
referred to, in the penal sum of FIFTY THREE THOUSAND SEVEN HUNDRED FORTY and
no/100--- ($53,740.00) in lawful money of the United States, to be paid in Denton County, Texas,
for the payment of winch sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement winch 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 97-349, with the City of Denton,
the Owner, dated the 2 day of DECEMBER, A D 1997, a copy of winch is hereto attached and
made a part hereof, for BID # 2124 — CRACK SEALING OF STREETS.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void,
otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying the same,
shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
PAYMENT BOND - Page 1
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 19-1
of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 2 day of DECEMBER, 1997
ATTEST
BY A&& N /20�
ASST SECRETARY
ATTEST -
PRINCIPAL
PAVEMENT SPECIALISTS, INC.
BY /
VICE PRESI NT
SURETY
RELIANCE INSURANCE COMPANY
G
BY BY ATT -IN-FACT
Christy Eirons
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME
STREET ADDRESS
(NOTE Date of Payment
corporation, give a persons name )
PAYMENT BOND - Page 2
15)131
is not a
t0008 ► l!�
THE STATE OF TEXAS
COUNTY, OF DENTON
KNOW ALL MEN BY THESE PRESENTS That PAVEMENT SPECIALISTS, INC.,
whose address is P.O. BOX 2030, ROANOKE, TX 762624030, hereinafter called Principal, and
Reliance Insurance Canpany , a corporation organized and existing under the laws of the
State of and fully authorized to transact business in the State of Texas, as Surety, are held
and fir 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
FIFTY THREE THOUSAND SEVEN HUNDRED FORTY and no/100 — ($53,740.00) plus
10 percent of the stated penal sum as an additional sum of money representing additional court
expenses, I attorneys' fees, and liquidated damages arising out of or connected with the below
identified i,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 hens, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement
which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 97-349, with the City of Denton,
the Owner, dated the 2 day of DECEMBER A D 1997, a copy of which is hereto attached and
made a part hereof, for BID # 2124 — CRACK SEALING OF STREETS
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with
the Plans,1 Specifications and Contract Documents during the original term thereof and any extension
thereof watch 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 perform and
fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly
authorized modifications of said Contract that may hereafter be made, notice of which modifications
to the Sudety 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 harmless the Owner from all costs and damages which Owner may suffer by
reason of failure to so perform herem 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
PERFORMANCE BOND - Page 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as 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 ansmg out of such suretyship, as provided by Article 7 19-1
of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 2 day of DECEIVIBER,1997
ATTEST
PRINCIPAL
PAVEMENT SPECIALISTS, INC.
BY akxr-o' a1r,4 O ' BY
AssT. SECRETARY VICE/PRESIDENT /
ATTEST
SURETY
RELIANCE INSURANCE COMPANY
BY
ATTO - AIN F CT
Christ E1ron
The Resident Agent of the Surety in Denton Coymty, Texas for delivery of notice and service of the
processis I
NAME
STREET ADDRESS Y'y) D `l 1
(NOTE Date of Performance
corporation, give a nerson's name )
must be date df Contract
PERFORMANCE BOND - Page 2
75 a3)
is not a
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THOSE PRESENTS, that RELIANCE SURETY COMPANY Is a corporation duly orgahited under the laws of the State of D*
aware, and that REUAN46 INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, we oorporstlone duly organized under the laws
M d,a Cwow,nnootrdM hmrMv.nlm ate that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organised under the laws of
the $tore of WNoonsi;ha" oo9eotl CONW 'tne es"f $M am ON CANVOeoda nY vlfws of ■ m anc Sean as rmOOV mess,
ocrodul a and appointR EYotla. S. 1111 A Soles.. M Huron. Olio their true and awful AttornWeNn•Foot, to make,
execute. Sul grid dand on Chair behalf, and a their act and dead any end ON bands and WldwtakNeS of surety" and to bind the
Compardee thereby and to the came extent a lf such bonds and undoruikhgs and other writings obligatory in the nature thereof war$
signed by an Executiver at the CompaNa and ceded and attaead by one other of such oMoen, and herobv ratifies and Son irfne all that
titan add AtrerrsylsFiay do in ppurnuana hereof authority the
This Power of AttogrrwOMPAN MUNITED PACIFIC INSanted under and URANCE COMPANY, snd RELIANCE of Article VII of the NA NATIONAL ws of RELIANCE I DEEMNITYURETY COMPANY�wNoh
RELIANCEanowinINSURANCE fare* and
provisions are now in /W, fares end effect, reading a follows
MMU VN • CtaCrf1011 Or & No$ AND UNOWTAKWU
1 The eetod un Ieoe" Oo fferldwd, dgo Cldmrt d d" aewd, wry arir haw PtNWN gory Vlee PreoWre r Awkwd Vleo Poeeldwe w haw Ones, dn*WW by d" 4tod d
01"aen one haw moss, ti scooy to W WPM AM-001•4 hw togs" toWwW atom r ewrAe w, lights of Ste Crwwr Mind, tow wgse,rMgse, reeeelbgolew, rtwM OF IWlIgg y
s,w edw,vologse aydry In dle,wtoo agtwee0 ago M w rreeye ON torn AaamwaMnPug w RW brio W "wMe sir eoowr rue rd"dry Om o d"o,
t Atte,rrvwFYvrwtawa I"w mown togs smomay, oulaW a so /row trod NmMeb,w at sir Pwvw of Atow"y Mad r them, r w..w d*M w bWW of Ind Cr,"r,v Mob
tow uwndwgoa owneobwteew„' ee,betw d M,b"tdtr togs cow - roil ob kdwy In sir roaw tawed The wregoae gad Is ,w nomme ov for d" veedMv d gory Mob togs udovialdr es,.
trewowumw erwwo at MW,dtdt0 togs Woo "WM,P ewkrwv w C" ow"e doo -
e Ans,vYtirl,"i gad have mown OW wWooaf w werw dadww oe yred goM be atoe bed to ob"e , terb•as, gol0, Of YgsrwNv r Dow awWd",a oreeNrrry
,etlrteYYee rr
rue dry tld due"Prior woo toommor r man to firm" wuaunwe of On Croywry tow to wdw d the et' 1 at tlr CroN,d to rev rdolm s, rondo Shred
TWe Peww d Atwnw de MrtodI WW eW W et' N=Modo W" woo by m*mft d dr fetewMe reeeMdlon Mee"d My d" MWWA oe rue /Yuen 1anwt1 Old" eetrb of oewwe of RWrw
Metrtone Conga Wigs Ntouutme Cwywry gags RWtow Madrid Indaewv Crnmm or INrrnwto Commt domed w d Fab--- v se 1"4 togs by On awadoe togs Flo
CwenNw a sir aagod M 0�re d Redraw Wery Cargnv W IMwinw CawR dead r d Mwa, et, /NM
'Endue/ due ate w M rant deeaw wtl dees,e wW d" gad d dw Cw 4 ww mw be elllwd w rry rid, homer d Atiwr"y w eve artlMaw rdetMa dteras by
beeYnle,wd tory wag IN, at Ano rmy or eertall begoMW rngt lerI 1 eitr,euew r lewlnile Owl o"d be vdld rue I,YdY,e wen so, CemPtoov and &W nW, rows, r
arwd toe erdnod W fetebgse drwww ad fwdnae Ord Mat be veld god MW Wp wag, d" Cawtr y M d" Iwn wM rwmoet to gory good or wgsrtdYry to w11 It M
rbtr"d..
IN WITNESS WHEREOF, due Convodos have cased timed presents to be signed and their corporate ado to be hereto affixed. this August 7,
low
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
SGL, sees: e y
STATE OF Perwstdverds )k
COUNTY OF Pldledelphie 1 all.
On We. August 7. ION, before tree, VWnole Wanhom. Personally OPPOWW Charles E gWwdh, who acknowledged hbnedf to be the Executive
Vice President of the Rollance Surety Canpony. end the Via Praddwe at Ragetas Insurance Congarry, United Pacific Insurance Company, and
Reliance Notions Ind Company and tint as ash, being authodtW to do so, executed the foregeing Involu nsnt for the purpoes thereon
contained by signing the ttrnc of the corporation by NmuN nits duly euthod=sd offlax.
In woo wharoef, I hereunto set any hand and official aged. `
NOTARIAL SEAL
VALENCIA WORTHAM Notary Public OF Ft
City of Philadelphia Phila. Count' �T Notory Public in snd for the Shre of Pennsylvania
Commission Excites Nov 18 1996 Redding at WtSedelphle
I, ANp N 8eofet of RELIANCE SURETY COMPANY RELIANCE INSURADE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and
RELIANCE NATIONAL ININITY COMPANY do hereby aWfy that the abew end }t teasing is a true and correct copy of the Power of Attorney
executed by add Campairdoo. which is ON in full faros end offect
IN WITNESS WHEREOF,11 hew hnsunto set my hand Oral affixed the sore of said Companies aid. 21tddav of December is 97
1 Fir
secretary
W
,F''roA"4 eF 'tee�et C
SSAI. iH SEAL 1 ®� �Ir e1
Ave L+rM.+
ACCiRDM M T,��I�AT 1 `L�' BILITY
INSURANCE I .2 Di�jiiD �)
IRwoucEq
THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Dawson & Eirons Ins Agcy Inc.
345 Williams Street
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
Huron OR 44839
COMPANY
A Fidelity/Guaranty Ins Und Inc
- 33- 9- - g
INSURED
COMPANY
B
COMPANY
C—
Pavement Specialists Inc
265 Marshall Creek Rd
COMPANY
D
P O Box 203Q
Roanoke T$ 76262
oOVERA08s
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER POUCYEFECTIVE
DATE IMMIOD/YYI
POLICYEXMMTON
DATE (MM/DDIYYI
LIMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
E 2 000.000
$
PRODUCTS COMP/OP AGO
P1 000 000
A
COMMERCIAL GENERAL LIABILITY
1HP30135470200
04/01/97
04/01/98
PERSONAL & ADV INJURY
9 1,000,000
CLAIMS MADE 7X OCCUR
EACH OCCURRENCE
L 1 000 000
OWNER S & CONTRACTORS PROT
I
FIRE DAMAGE (My am lire)
$ 300,000
Per Project Agg •
MED EXP Wry are Foram
A 10,000
A
AUTOMOBILE
LIABILITY
ANY AUTO
IMP30135470200
04/01/97
04/Ol/96
COMBINED SINGLE LIMIT
t 1.000 r 000
_
$
BODILY INJURY
IF., Fsnon)
i
ALL OWNED AUTOS
SCHEDULED AUTOS
$
BODILY INJURY
(Par eadd.nt)
L
HIRED AUTOS
NON OWNED AUTOS
$
PROPERTY DAMAGE
F
GARAGE LABILITY
AUTO ONLY EA ACCIDENT
F _
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
9
AGGREGATE
E
EXCESS LIABILITY
EACH OCCURRENCE
E
AGGREGATE
/
UMBRELLA FORM
T
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
WC STATU 0 H
EL EACH ACCIDENT
A
EMPLOYERS LIABILITY
EL DISEASE POLICY LIMIT
t
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL
EL DISEASE EA EMPLOYEE
F
OTHER
tt
DESCRIPTION OF OPERATIONS CATIONSNEHCLES/SPECIAL ITEMS
Projects Of i A$e Mo. 97-349
Crac Sealing of Streets
Refer to G 1795#1
QRRY QATE HOLQFIt v , ,+
OANWAATION
DEHTO-3
SHOULD ANY OF THE ABOVE DEBCMBLD POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE IS6mNG COMPANY WILL MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
City of Denton
SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
901 B Texas Street
Denton T$ 76201
OF ANY BIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
ALIT
ACORO 254 I1 /951
pRMUrMi
OACQRD CQRPORATION 1988
THIS ENDORSEMENT CHANG98 THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED ENDORSEMENT
This endcraernant modifies Inaurarles provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
WHO IS AN INSURED (Section In is amended to include as on insured any person or organization (caned additional
insured) whom you are mqukW to add as an additional assured on this policy under:
A written contract or agreememl: or
2. An oral agreement or conwietwhers a certifkate of nsurance showing that person or organization as an addhtionai
Insured had been ink; buc
the written or and ca.mu at agreement must boo
(a) ourmr* in effect or becoming effective during the term of this POW. and
(b) executed prior to the "bodily Injury.' "property damage.' 'personal Injury,* or "advardaing injury "
The insurance provided to the additional insured Is limited as follows:
That person or organtzWon is only an sddfdonal insured with. sapeat to liability adding out of
a. Prerttisla you am, rent, (ease. 01 occupy or
b. "Your work" for that add eft Insured by or for you.
2. The limps of Inaurenca sppdeable 10 ft addidonal insured are ftes specified in the wrion contract or agreement
or In the Dgclarations for this policy whWhaver era lase. Thess Ilmft Of insurance are Inclusive of and not in
addition to the limps of In utance shown In the Declsratbns.
The insurance provided to the additional Insured does rtat apply to "bodily injury', 'property, damage", 'personei Injury"
or "advertising Injury' ar" ruff of an archum's, engkiear's, or summyor s rendering of or (allure to render any
pr9fassionai serviges Including:
I The WeParijtg, approving, or falling to prepare or approve maps. drawings, opkdons, reports, surveys, change
orders, design or speeMcadone; and
L SuparvlscM inspection, or angfnearkvg servicas.
Any coverage provided hereunder shad be exoeas am any artier valid and coifectlbfe kvauranos available to one
addtional insured whether primary, 11 " a I a, ocnengem or on any other basis unless a contract speeiNcatly requires that
this insurance be primary or you request that k apply on a primary basis.
THIS ENWASEMPW 16 A PART OF YOUR PCUCY AND TAKES 0:;FECf ON THE EFFECTIVE DATE CIF YOUR
POLICY UNLESS + N MSR EFFECTIVE DATE IS SHOWN ]BELOW.
POLICY CKANGIII NO. EFRCTIVE DATE OF THIS MUCY CHANGE
1 4/1/97
COUN SIGNEd DATE AUTH IZED ATIVE
12/11/97
Additional Insured. City of Denton, its Officials, Agents
G.17987.8 Employees and volunteers
(90 MIM Such insurance is primary to any other insurance available to
the additional insured with respect to claims covered under the
poolicy and that this insurance applies separately to each insure
against whom claim is made or suit is brought The inclusion of
more than on insured shall not operate to increase the insurers
limit of liability
Certificate of Insurance
I I 11 CI RTII K AT I IS ISSUED AS A MATTI R Of INFQRMA I ION ONLY AND CONFERS NO RI( HTS UION YOU 1 HE CERTIFICATE 1101 DER THIS CFRTIHCAI E IS NOT
AN INSURANCI POLICY AND DOES NOT AMEND EXTEND OR ALTFR THP COVE RACE AI FORDP D BY THE POI ICII S LIS] ED BELOW
This is to Certify that wi
PAVEMENT SPECIALISTS, INCPO BOX349 Name and LIBERTY
NAPOLEON, OH 43W , address Of MUTUAL
Insured
Is, at the Issue date of this certificate, Insured by the Company under the policy(ies) listed below The Insurance afforded by the listed pollcy(les) Is sub act to all their
terms exclusions and conditions and is not shared by any requirement tens or condition of any Contract or other document with respect to which this red Irate may be
Issued
EXP DATE
❑ CONTINUOUS
TYPE OF POLICY ❑ EXTENDED POLICY NUMBER
_ _ ® POLICY TERM
WORKERS 411/98
COMPENSATION
WC7-181-022871 027
GENERAL
LIABILITY
® OCCURRENCE
❑ CLAIMS MADE
AUTOMOBILI
LIABILITY
® OWNED
® NON OWNEC
® HIRED
OTHER
ADDITIONAL COMMENTS
RE. BID NO. 2124
CRACK SEALING OF STREETS
DENTONt TEXAS
LIMIT OF LIABILITY
COVERAGE AFFORDED UNDER WC
LAW OF THE FOLLOWING STATES
ALL STATES EXCEPT
COVERAGE EXCLUDING AK,
ME NV, OH, RI, WA, WV, WY
igregate Other
EMPLOYERS LIABILITY
Bodily Injury By Accident
$500,000 Each
Accident
Bodily Injury By Disease
$500,000 Poli
cy
_Limit
Bodily Injury By Dlsasse
$500,000 Each
Products/Completed Operations Aggregate
Bodily Injury and Property Damaqe Liability
Per
Occurrence
Personal Injury
Per Person/
Organization
Other Other
Each Accident Single Limit I
B I and P D Combined I
Each Person
Each Accident or Occurrence
Each Accident or Occurrence I
WAIVER OF SUBROGATION IN FAVOR OF THE
CITY OF DENTON IS INCLUDED —
If the certificate expiration date Is continuous or extended term you ill be notified i wf coverage Is terminated or reduced before the certificate expiration date
SPECIAL NOTICE OHIO ANY PERSON WHO WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER SUBMITS
AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD
NOTICE OF CANCELLATION (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW) BEFORE
THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED
UNDER THE ABOVE POLICIES UNTIL AT LEAST 3D DAYS Liberty Mutual Group
NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO
CITY OF DENTON 870 Lorene E Murray
CERTIFICATE 901 B TEXAS STREET AUTHORIZED REPRESENTATIVE
HOLDER
DENTON, TEXAS 76201 Cleveland, OH (800) 582-2503 12/2/97
OFFICE PHONE NUMBER DATE ISSUED
88772A R10
This ceriicat, b) LIBERTY MUTUAL CROUP as respects such insurance is is iffordcd by Thosc Compimes BS 772L R2