Loading...
HomeMy WebLinkAbout1996-050ORDINANCE NO q(P --OS O 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 DER CONTRACTOR AMOUNT 1849 DICKERSON CONSTRUCTION $1,056,897 50 1857 REAVES ENTERPRISE E)CWBIT A 1859 NORTHERN TREE SERVICE INC / $ 30,800 00 ALLEN TREE CO 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 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 SEC TION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the S day of1°`0J4-k,1996 I ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY CONTRACT DOC DATE MARCH 5, 1996 TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1849 - SCRIPTURE STREET 20" AND 8" WATERLINE RECOMMENDATION. We recommend this bid be awarded to the lowest bidder, Dickerson Construction, in the amount of $1,056,897 50 SUADIARY: This bid is for the construction of a waterline project consisting of 8,340 feet of 20" waterline beginning at the intersection of Welch and Sycamore and ending at McKenna Park, as well as approximately 5,000 ft of 8" waterline on Scripture from Ponder Street to Bonnie Brae The 20" waterline is the second of three projects designed to increase Denton transmission capacity from the east to west side of town The Sycamore Street line was completed last year In addition to the 20 inch line, we are replacing an old 4" line on Scripture with an 8" line The 20" line is for transmission while the 8" line is for local distribution Public Utility Board recommend approval BACKGROUND. Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED. Denton Municipal Utilities and Citizens of Denton FISCAL IMPACT: This project will be funded from budgeted bond funds for fiscal year 1996 CIP Construction $1,168,000 00 was set aside for the Scripture Waterline Z:2 ®®��.r Rick Svehla Acting City Manager Approved Name Tom D Shaw, CPM Title Purchasing Agent 709 AGENDA F J N N ,z } c 6 � T w I 0 n N z N a O to FCYZ n } Q m w > T W) T Ow O W W Q J ZI } aj N 0 0 III W N © N N UZ Q 0 z w o LO } U > 69. o W U O� �= O ti do �a z m W } > U)W Ili ZZto z O W OI O 0 m LL/ T ILI m O co w w �0 re co a�Z w 0 0 m U N W IP I— Xk Z W -- 0 0 a m m 0 at �N 0 Z 00 �0 N UZ W W Q w � N �Z 0 0U Fy NW Z Z to Ong J W T LLJ LLLL Q T ' 3} w j z tea' U� y W ~ LU F � Q Z W 0 0 a m m O sk N n N } 0 w 0 m co M } N O n n T w v N ot M } 0 0 0 N N } 0 DATE MARCH 5, 1996 IVAK11110181 I'1 TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1857 - UNDERGROUND ELECTRIC CONSTRUCTION RECOMMENDATION, We recommend this bid be awarded to the only bidder, Reaves Enterprise at the unit prices listed below DIRT WORK ►I 1 : 1 ► ' - 1 TRENCH UNIT 6" X 30" $ 1 20 FT 2 TRENCH UNIT 6" X 42" $ 1 28 FT 3 ROCK ADDER $ 3 00 FT 4 BORE, V SDR 13 5 DUCT, DIRT $12 00 FT 5 BORE, 2" SDR 13 5 DUCT, DIRT $12 00 FT 6 BORE, 2 5" SDR 13 5 DUCT, DIRT $12 00 FT 7 HANDDIGGING $21 00 HR 8 MECHANICAL DITCH TAMPING $ 1 00 FT 9 BACKHOE $40 00 HR 10 LABORER $15 00 HR 1 CONDUIT 1" PVC SCH 40 $ 0 45 FT 2 CONDUIT 2" PVC SCH 40 $ 0 50 FT 3 CONDUIT 2 5" PVC SCH 40 $ 0 55 FT 4 CONDUIT 4" PVC SCH 40 $ 0 60 FT 5 1" PVC CONDUIT 90 DEG SWEEP $ 5 00 EA 6 2" PVC CONDUIT 90 DEG SWEEP $ 5 00 EA 7 2 5" PVC CONDUIT 90 DEG SWEEP $ 5 00 EA 8 4" PVC CONDUIT 90 DEG SWEEP $ 6 00 EA 9 2" PVC CONDUIT 45 DEG SWEEP $ 5 00 EA 10 2 5" PVC CONDUIT 45 DEG SWEEP $ 5 00 EA 11 4" PVC CONDUIT 45 DEG SWEEP $ 6 00 EA 12 4" PVC CONDUIT 22 5 DEG SWEEP $ 6 00 EA 1 CABLE, CU OF SOL 12 2 W/G $ 0 30 FT 2 CABLE 2/0 2/0 #1 SEC, 600 VOLT $ 0 50 FT 3 CABLE 4/0 4/0 2/0 SEC, 600 VOLT $ 0 60 FT 4 CABLE, #2 CON 220 ML, 15KV $ 0 65 FT UNDIM5110 1► 1 ELBOW, LOADBREAK #3-220 ML $ 40 00 EA BID # 1857 BID NAME UNDERGROUND ELECTRIC CONSTRUCTION OPEN DATE JANUARY 23, 1996 PAGE 1 OF 2 REAVES ENTERPRISES _VENDOR # QUANTITYPTIOW _ 1 _ 32,000 FT 80,000 FT DIRT WORK $1 20 $1 28 TRENCH UNIT 61IX30" 2 TRENCH UNIT 6"X42" 3 500 FT 500 FT ROCK ADDER $3 00 $12 00 4 BORE, 1" SDR 13 5 DUCT, DIRT 5 6 500 FT 500 FT BORE, 2"SDR 13 5 DUCT, DIRT _ BORE, 2 5"SDR 13 5 DUCT, DIRT _ $12 00 $12 00 _ 7 _ 1,000 HR HANDDIGGING $21 00 $1 00 8 112,000 FT MECHANICAL DITCH TAMPING 9 500 HR BACKH_OE $40 00 S15 00 - - - - $0 45 $0 50 _ _ _ $0 55 10 500 HR 400 FT 70,000 FT LABORER_ 1 CONDUIT --_ _T__ CONDUIT 1" PVC SCH 40 2 3 CONDUIT 2" PVC SCH 40 30,000 FT CONDUIT 2 5" PVC SCH 40 4 _ 1,000 FT _ 125 EA CONDUIT 4" PVC SCH 40 _ _ _ _ _ $0_60 $5 00 5 1" PVC CONDUIT 90 DEG SWEEP 6 _ 300 EA 2"PVC CONDUIT 90 DEG SWEEP _ _ _$5 00 _ $_5 00 $6 00 _ _ $5 00 $5 00 $6 00 _ $6 00 $0 30 $0 50 _ $0 60 $0 65 $40 00 $50 00 _ _ _ _ _ _$125 00 $125 00 $150 00 7 250 EA _ _25 EA 40 EA 40 EA 2 5"PVC CONDUIT 90 DEG SWEEP 8 9 4" PVC CONDUIT 90 DEG SWEEP 2"PVC CONDUIT 45 DEG 10 _SWEEP 2 5"PVC CONDUIT 45 DEG SWEEP 11 40 EA 4"PVC CONDUIT 45 DEG SWEEP 12 _1 _ 2 _10 EA - 12,000 FT 4"PVC CONDUIT 225 DEG SWEEP CABLE- CABLE, Cu OF SOL 12 2 W/G 20,000 FT _ 20,000 FT CABLE 2/0 2/0 #1 SEC,600 VOLT 3 4 1 - 1 _ 12 3 4 CABLE 4/0 4/0 2/0 SEC, 600 VOLT 20,000 FT 100 EA - 800 EA CABLE, #2 CON 220 ML,15 KV TKRA7INATIONS ELBOW,LOADBREAK #2-220ML - OTHER PEDESTAL SEC/ W/STAKE _ 250 EA 50 EA _ TRANSFORMER PAD 48"X48" FIBERCRETE INSTALL TRANSFORMER ON PAD _ 30 EA INSTALL 35' FIBERGLASS POLE & STREET LIGHT GRAND TOTAL $501,905 00 BID BOND YES EXHIBIT A CITY COUNCIL REPORT MARCH 5, 1996 PAGE 2 OF 2 PEDESTAL SEC/W/STAKE TRANSFORMER PAD 48"X48" FIBER CRETE INSTALL TRANSFORMER ON PAD INSTALL 35' FIBERGLASS POLE & STREETLIGHT The estimated annual expenditure for this contract is $260,000 00 $ 50 00 EA $125 00 EA $125 00 EA $150 00 EA SUMMARY. This bid is for equipment and labor necessary for installation of underground electrical distribution systems, to supplement the work of existing City of Denton field crews The City of Denton will furnish all materials (to assure uniformity of the system) This will be an annual contract and may be extended for additional one year periods with all pricing terms and conditions remaining the same as per the bid documents This contract will be reviewed at the end of 96' fiscal year The pricing of the only bidder has been compared to other area co-op and municipal utilities and is in line This vendor has done many jobs for the City in the past, is very knowledgeable in the high voltage electric field and has managed projects with no incidents Notices were sent the 44 prospective vendors, plans were picked up by only 3 utility contractors, and one bid proposal was received Requirements for high voltage installation maybe the cause for potential bidders to not respond to this bid request BACKGROUND. Tabulation Sheet, Memorandum from Don McLaughlin PROGRAMS, DEPARTMENTS OR GROUPS AIi FECTED Electric Distribution Division, Electric Utilities, Electric Customers of the City of Denton FISCAL IMPACT. Budgeted funds for Electric Distribution Underground Construction for 1996 Acting City Manager Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, CPM Title Purchasing Agent 710 AGENDA BID # 1857 BID NAME UNDERGROUND ELECTRIC REAVES CONSTRUCTION ENTERPRISES OPEN DATE JANUARY 23, 1995 (# QUANTITY DesckIPTION DIRT WORKWORK - VENDOR -- $1 20 - VENDOR-- 1 _ 32,000_ FT - -- - TRENCH UNIT 6"X30" 2 80,000 FT TRENCH UNIT 6"X42" _ _ $1 28_ _ _ 3 500 FT _ ROCK ADDER _ $3 00 $12 00 _ $12 00 $12 00 $21 00 4 5 6_ 500 FT 500 FT 500 FT BORE, 1" SDR 13 5 DUCT, DIRT BORE, 2"SDR 13 5 DUCT, DIRT BORE, 2 5"SDR 13 5 DUCT, DIRT 7 1,000_H_R HANDDIGGING S 112,000 FT MECHANICAL DITCH TAMPING _ _ _ $1 00 $40 00_ __ 9 500 HR BACKHOE 10 500 HR - 400 FT _ LABORER $15 00 -------- $0 45 _ $0 50 - -- $0 55 $0 60 1- j -- 1 � CONDUIT �--- CONDUIT I" PVC SCH 40 2 70,000 FT CONDUIT 2" PVC SCH 40 3 30,000 FT CONDUIT 2 5" PVC SCH 40 4 - 1,000 FT CONDUIT 4" PVC SCH 40 5 125 EA 1" PVC CONDUIT 90 DEG SWEEP _ $5 00 _ _ _ $5 00 _ _ _ _ $5 00 $6 00 _S5 00 $5 00 _ - - - $6 00 $6 00 _ _ 6 300 250 EA 2"PVC CONDUIT 90 DEG SWEEP 7 2 5"PVC CONDUIT 90 DEG SWEEP 8 25 EA 4_0_EA 40 EA 4" PVC CONDUIT 90 DEG SWEEP 9 2"PVC CONDUIT 45 DEG SWEEP 10 11 2 5"PVC CONDUIT 45 DEG SWEEP 40 EA 4"PVC CONDUIT 45 DEG SWEEP 12 -- 10 EA 4"PVC CONDUIT 22 5 DEG SWEEP 1 12,000 FT CABLE - - $0 30 - _ $0 50 $0 60 $0 65 - - - $40 00 $50 0.0 $125_00 _ 512500 $150 00' $501,905 00 - — - - - --- _ _ Cu OF SOL 12 2 W/G 2 3 20,000 FT _CABLE, CABLE 2/0 2/0 #1 SEC,600 VOLT 20,000 FT CABLE 4/0 4/0 2/0 SEC, 600 VOLT 4 20,000 FT CABLE, #2 CON 220 ML, 15 KV 1 -- 100 EA TERMINATIONS ELBOW,LOADBREAK #2-220ML 1 800 EA OTHER PEDESTAL SEC/ W/STAKE 2 3 250 EA 50 EA TRANSFORMER PAD 48"X48" FIBERCRETE INSTALL TRANSFORMER ON PAD 4 - 30 EA INSTALL 35' FIBERGLASS POLE & STREET LIGHT GRAND TOTAL BID BOND _ - YES CITY OF DENIM MUNICIPAL UTILITIES 901-A TEXAS STREET DENTON TEXAS 76201 M E M O R A N D U M TO Denise Harpool, Senior Buyer FROM Don PjcFaughlin, DATE SUBJECT. Electric Engineering Senior Engineer February 28, 1996 EVALUATION OF QUOTATION ON BID #1857 FOR CONTRACT UNDERGROUND ELECTRIC CONSTRUCTION The Utility staff recommends awarding the bid to the low bidder The low bidder was Reaves Enterprises with a low bid of unit prices The contract guarantees a minimum of $150,000 Maximum money that can be spent without going back to bid is $260,000 The contract is needed due to the current development activity in the City of Denton The contractor will be installing electric facilities in new single-family developments and large apartment complexes This will allow City crews to concentrate on maintenance, services and commercial customers The use of a contractor will allow the City to maintain current service levels to the development community DL lw 02286006 "Dedicated to Quality Service" DATE MARCH 5,1996 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1859 - DENTON MUNICIPAL AIRPORT RUNWAY 35 APPROACH CLEARING RECOMMENDATION. We recommend this bid be awarded to the low bidder, Northern Tree Service Inc /Allen Tree Co in the total amount of $30,800 00 SUMMARY. This bid is for all labor and equipment necessary in clearing and topping of designated trees in the Runway 35 approach of the Denton Municipal Airport Three bid proposals were received in response to five notices mailed to prospective vendors BACKGROUND- Tabulation Sheet, Memorandum from Gerald Musick with Freese and Nichols, Inc Consulting Engineers PROS, DEPARTMF.NTS_OR GROUPS AFFEUTED. Denton Municipal Airport, Federal Aviation Administration, Air Traffic FISCAL, IMPACT: Funding for this project will be split 90% FFA Grant and 10% City of Denton funds Respectfully submitted Rick Svehla Acting City Manager Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, CPM Title Purchasing Agent 712 AGENDA w 0 A z w - w w e e a L) 0 g �W az z w e e w a� w V W Z v d Y z z W W W o 0 $ o F' Ix z Wn ` �+ 0FN z JQ k U z 3 w :3 fv M z d c Q ppa0< a at W oar w w Lu � o H` z W a a 0 m 0 a� A C E N T U R Y O F S E R V I C E t�alaetsa•marloa.s February 27, 1996 Mr. Tons Shaw Purchasing Agent City of Denton 901 B Texas Street Denton, Texas 76201 RB: Denton Municipal Airport DTN93226 Dear Mr. Shaw: The bids received on January 30, 1996, for the Runway 35 Approach Clearing at Denton Municipal Airport, have been rerAmed. It is recommended that the contract be awarded to Northern Tree Service, in the amount of the low bid of $30,800.00. If you have any questions, please can me at (817) 735-7360 Yours truly, B AND NICHOLS, INC. Gerald Musick, P.B. Senior Aviation Engineer xc: Joe Thompson Airport Manager Freese and Whole, Inc Engineers Environmental Solenests Architects 4055 International Plaza Suite 200 Pon Worth, Texas 7e108-4880 817-736-7300 Metro 817-429.1900 Fax 817.735-7491 ONE M 11011051111 logo --login RONNIE ld30 -IV93-1 NOlN- Ca j0 lllo CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 5 day of MARCH A.D., 19 96 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through RICK SVEHL•A thereunto duly authorized so to do, hereinafter termed "OWNER," and DICKERSON CONSTRUCTION P.O. BOX 181 CELINA TEXAS 75009 of the City of CELINA , County Of COLLIN 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: 1 W Y1"DWN W :N OUWX I 9WbWTtAMO M 4 .1 in the amount of $1,056,897.50 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 all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor 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. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the tiru, 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 price or prices shown in the Proposal, which contract, such payments to be subject to the Conditions of the Contract. CA - 2 in current funds the forms a part of this General and Special IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPROVED AS TO FORM: �a ,-Q-iu E�'� City -Attorney AAA0184D Rev. 07/28/94 CA - 3 DICKERSON CONSTRUCTION CONTRACTOR 410 B. , l g 1 CLi.N/,.7CKAS �ISUOl MAILING ADDRESS 2:(4 382 2iz3 PHONE NUMBER Z(4 38z Zo ey FAX NUMBER BY �ti..• =�� �� /TITLE M1. PGU,J 16,111G.J. V PRINTED NAME (SEAL) I M P O R T A N T N O T I C E TO OBTAIN INFORMATION OR MAKE A COMPLAINT, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES; COVERAGES, RIGHTS OR COMPLAINTS AT• 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.O. BOX 149104 AUSTIN, TEXAS 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY. THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. PERFORMANCE BOND STATE OF TEXAS S BOND No 200521 COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That DICKERSON rON4TRTTrTTON COMPANY, INC , Of the City Of rFT.TNA County of rOT.T.TN , and State of TEXAS as PRINCIPAL, and Hartford Casualty Insurance Company , 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 THE rrTV OFas OWNER, in the penal sum of ONE MILLION FIFTY SIX THOUSAND EIGHT H[UMRED NINTY SEVEN and 50/100 Dollars ($ 1,056,897.50 ) 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 5 day of MAurfl , 199.6_, for the construction of BID 4 1849 - SCRIPTURE STREET 20" and R" WATERLINE 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 be 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 anyway 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 96 . Dickerson Construction Company, Inc Principal Title `", Address:P.0 Box 181 Celina, Texas 75009 (214) 382-2123 (SEAL) 5th day of March 1 Hartford Casualty Insurance Company By� �/✓ Re a M Carter Title Attorney-in-FacL Address: P 0 Box 4611 Houston, TX 77210-4611 (713) 540-1555 (SEAL) The name and address of the Resident Agent of Surety is: Elsey & Associates Surety/Insurance 8820 Will Clayton Parkway, Humble, Texas 77338 NOTE: Date of Bond must not be prior to date of Contract AAA0184D Rev 07/28/94 PAYMENT BOND BOND NO 200521 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That DTCIO!RsON CONsTRUrTTON COMPANY, INC. of the City of CELINA County of [OLLTN and the State of TEXAS , as principal, and Hartford Casualty Insurance Company 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 nNR MTT.T.TON FT FTV CTX mHOII hTD EIGHT HUNDRED NI Y Dollarsd �$/ 1,056,897.50 ) 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 5 day of MARCH 19 96 . BID# 1849 - SCRIPTURE STREET 20" AND 8^ WATERLINE 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 coped at length herein. PB - 3 r 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 signed and sealed this instrument this 5th day of 19 96 Dickerson Construction Company, Inc Principal By ./ice... Title P <,_ Address: P 0 Box 181 Celina, Texas 75009 (214) 382-2123 (SEAL) Surety have March Hartford Casualty Insurance Company Surety By R gina M. Carter Title Attorney -in -Fact Address: P 0. Box 4611 Houston, TX 77210-4611 (713) 540-1555 (SEAL) The name and address of the Resident Agent of Surety is: Elsey & Associates Surety/Insurance 8820 Will Clayton Parkway, Humble, Texas 77338 AAA01840 Rev 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: BOND NO 200521 That DICKERSON CONSTRUCTION Company, Inc as Principal, and Hartford Casualty Insurance Company a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of ONE HUNDRED FIVE THOUSAND SIX HUNDRED EIGHTY NINE AND 75/100--------- Dollars ($ i05.689.75 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said nTmmRqoN CONSTRUCTION has this day entered into a written contract with the said City of Denton to build and construct nrn u inner SCRTPTrmE STREET 90^ AND 8^ WATERLINE - which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Dickerson Construction Company, Inc as Contractor and Principal, has caused these presents to be executed by and the said Hartford Casualty Insurance Company as surety, has Attorney -in -Fact caused these presents to be executed by its Regina M. Carter and the said Attorney -in -Fact has day of March , 19 96 SURETY: Hart for Casualty Insurance Company BY. Regira M Carter Attorney -in -Fact MA0184D Rev 07/28/94 hereunto set his hand this 5th PRINCIPAL: Dickerson Construction Company, Inc By -,�/ MB - 2 HARTFORD CASUALTY INSURANCE COMPANY EXECUTIVE OFFICE Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD CASUALTY INSURANCE COMPANY a Corporation duly organized under the laws of the State of Indiana and having its Executive Office In the City of Hartford County of Hartford State of Connecticut, does hereby make, constitute and appoint BRUCEC DOHART, EDWARD I MOORE REGINAM CARTER, ROSALYND IiASSELL andDAKDR GROPPELL of HUMBLE, TEXAS cis true and lawful Attomay(s) in -Fad with full power and authority to each of said Attomay(s) in Fact in their separate capacity if more than one Is named above to sign execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in Its business of guaranteeing the fidelity of persons holding places of public or private trust guaranteeing the performance of contracts other than Insurance policies guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed and to bind THE HARTFORD CASUALTY INSURANCE COMPANY thereby as fully and to the same extent as If such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD CASUALTY INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratifies and confirm all that Its said Attomey(s) in Fact may do in pure aina hereof This power of attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the HARTFORD CASUALTY INSURANCE COMPANY at a meeting duly celled and held on the i 6th day of June 1988 RESOLVED that to President or any VI Ismsldant acting with any Secretary or Assistant Secretary shall have power and authority to appoint for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof as or mom Resident Vla-Presldenta Resident Assistant Secretaries and Attomays•In fact and at any time to remove any such Resident Vlce-Preaklent, Resident Assistant Secretary, or Attorney in Fact, and invoke the power and authority given to him Attomeysanfaot shall have power and authority subject to the terns and limitations of the power of attorney Issued to them to execute and deliver on,behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings and other writings obligatory in the nature thereof and any such Instrument executed by any such Attorney In Fact shell be as binding upon the Company as it signed by an Executive Ofiar and sealed and attested by one other of such OMare RESOLVED that whereu the President or any Vfo lendedent acting with any Secretary or Aeslerent Secretary has the power and authority to appoint by a passer of attorney for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof one or mom Raladent Vice-Pneddents Assistant Secretaae and AttomeyHnfact New therefore the signatures of such Officers and the met of the Company may be affixed to any such power of attorney or to any arificate relating thereto by facsimile and any won power of attorney or cartifiata bearing such fecsalle signatures or facsimre seal shall be valid and binding upon the Company and any such power so examatl as aertMes by faaimlle signatures and facsimile ear shall be valid and binding upon the Company I" the hnure with moped to any bond or undertaking to which it Is aadad In Whna uo Whereof the HARTFORD CASUALTY INSURANCE COMPANY has mused these presents to be signed by Its Vice - President, and tts corporate seal to be hereto affixed, duly attested by its Secretary this 1 at day of May 1996 Attest HARTFORD CASUALTY INSURANCE COMPANY Naard A Horseman. an. 8soraaPek' • i�'Paul L / STATE OF CONNECTICIJT COUNTY OF 14ARTFORD 14 +.,w Marebella Vke•FrealdeM On this 1 at day of May, A D 1995 before me personalty came Paul L Marebella to me known who being by me duly swom did depose and say that he resides In the County of Hertford State of Connecticut that he is the Vice -President of the HARTFORD CASUALTY INSURANCE COMPANY the corporation described in and which executed the above Instrument that he knows the seal of the said corporation that the seal affixed to the said Instrument is such corporate seal that it "a so affixed by order of the Bard of Directors of said corporation and that he signed his name thereto by like order TV STATE OF CONNECTICUT COUNTY OF HARTFORD w Jees� My Comte ExcesssJ m as teas CERTIFICATE I the undersigned, Secretary of the HARTFORD CASUALTY INSURANCE COMPANY an Indiana Corporation DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full fora and has not been revoked, and furthermore that the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now In force Signed and sealed at the City of Hartford Dated the 5th day of March 19 96 tv "x•,E Rol L Post swri y Form S35117.9 (HC) Primed In U S A 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 REVISED 10112/94 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, •• 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 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 AAA00350 REVISED 10112194 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. [XI A. General Liability Insurance: General Liability Insurance with combined single limits of not less than 1,000,000 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability 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 0 Coverage B shall Include personal Injury 0 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 AAA00350 REVISED 10/12/94 • 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 CI-3 1 Insurance Requirements Page 4 [XI Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 5n0,00O 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 [XI 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 $500,00O 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 10112194 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. [ 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 [ 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 [ I 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 AAA00360 REVISED 10112/94 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [X1 Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions Certificate of coverage ("certificate") -A copy of a certificate of Insurance, a certificate of authority to self -Insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - inciudes 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 AAA00360 REVISED 10112194 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 mall 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 nnn00350 Cl 7 REVISED 10112194 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to' (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project, and lb) 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 10112/94 MW 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 e6tles 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 AAA00350 REVISED 10/12/94 Cl - 9 BID SUMMARY TOTALJ BID PRICE IN WORDS Onev /I?,//ON /,ii, Sex i'yml/"Ati1 E'5Af' /L a ^eJ /V-ne/,- Se veev OG/tv nJ A✓1 100 � d,Ce_/_j #('05*Qe,B?I SxM In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. DGF(f2SO rJ CO N�� `.D INf CONTRACTOR BY 5�� PO &X /BI Street Address CF/a 7-rtX %SODS City and State Seal & Authorization (If a Corporation) Q 4-3?�-Zrzd Telephone WORK DAYS 100 BID NO 1A49 TTORM rrf• _ :_ BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT I UNIT PRICE TOTAL 12-A F 4" Waterline 23 LF $ `/LF Unit Price in Worde: 2.12-B 6" Waterline 945 LF $ 5 /LF 3� $ 7 30,948,/jx Unit Price in Words: 2.12-C 8" Waterline 4,986 LF $ 33 S� Unit Price in Words: 2.12-D 12" Waterline 97 LF $ /LF Go Kx $ S,8ao r Unit Price in Words: Waterline 8,337 LF SPrice in Worde P er Service 61 EA $ /EA Soo KA $ 3o,soo r� Unit Price in Words: 2.16-8 1h" Water Service 1 EA $ OOb /EA y �, $ Unit Price in Words: 2.13.1-A 2" Air Release Valve 3 EA $ /EA $ Unit Price in Words 2.13.1-B 4" Gate Valve 1 EA $ _ /EA Qoo « $ Aoo cx Unit Price in Words: 2.13.1-C 6" Gate Valve 12 EA $ Aso '�K /EA $ S Voo Unit Price in Words* 2.13 1-D 8" Gate Valve 17 EA $ $ 5� /EA $ 350 f M Unit Price in Words: P - 3 WORK DAYS 100 BID NO. 1849 Scripture Street 20" and 8" Waterlines BID TABULATION SHEET ITEM I DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2 13.1-E 12" Gate Valve 4 EA $ /EA 9$p Yx $ 3,800 YA Unit Price in Words: 2.13 1-F 20" Gate Valve 1 EA $ /EA i Sm r $ l 5oa Unit Price in Words: SP-43 Remove Valve Stack 27 EA $Ioo /EA $ a boo r. Unit Price in Words: SP-42 Remove Fire Hydrant 8 EA $ Soo r x /EA $ oao <^ Unit Price in Worde: 3-B Remove Curb and Gutter 722 LF $ 5 ,4 /LF $ 3 (,10 Unit Price in Words: 3-A Remove Concrete Pavement 11 Sy $ 25 /SY $ vf, a15 x� Unit Price in Words: 3-C Remove Concrete Drives and Sidewalk 38 SY $ /SY 2 S e k $ 9 $o k, Unit Price in Words: 8 2-A Concrete Curb and Gutter 722 LF $ /LF �a rx $ Qi (e 64 v� Unit Price in Words: 8.3 Concrete Driveway 38 BY $ /BY 35 rA $ ^ 1 33o A R Unit Price in Words: 5 8-A 6" Concrete Pavement _71 /BY 3s Y� $ 3E3s Unit Price in Words: SP-2 Saw Cut Existing Concrete 58 LF $ !O /LF Unit Price in Words: P - 4 WORK DAYS 100 BID NO. _79T9— Scripture Street 20" and 8" Waterlines BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-40 Cut and Plug Existing Waterline 16 EA $ /EA l5o x. $ 12 000 ;, Unit Price in Words: 7.6 4e Manhole 3 EA $ /EA I Soo, v � $ 41, i� n Unit Price in Words: SP-4 Lower Waterlines 2 EA $ 25m /EA y 5 S,00a vn Unit Price in Words• SP-37 Excavation Protection 11,008 LF $ So /LF : 5 5 5o4 7, Unit Price in Words. SP-41 Asphalt Saw Cut 11,85C /LF I $ I I bso �_ k Unit Price in Words• 2.14 Fire Hydrant 10 EA $15/EA $1-5Sm X Unit Price in Words: 3.9 Sod 133 SY S /Sy Io �: S 133oi, Unit Price in Words, 2 16-C Private Service Line 1,047 LF $ /LF 15 eti $ 15,105 ?, Unit Price in Words SP-10 Rock Excavation 100 CY $ /CY 2 0 R X $ _ Z 000 � A Unit Price in Words. e 1 Barricades, Warning Signs and Detours -- LS $ /LS 15 oca ": $ I5 000 v K Unit Price in Words: 1.21 Contractors Warranties and Understanding -- LS S /LS 25 pea �. $ 2 S 000 Unit Price in Words: p - 5 WORK DAYS 100� BID NO. Scripture Street 20" and 8" Waterlines BID TABULATION SHEET UNIT UNIT PRICE TOTAL ITEM DESCRIPTION QUANTITY 3.1 Preparation of Right -of -Way -- LS $ /LS Soo Y A S I Soo '-, Unit Price in Words: 2.12.8 Ductile Iron Fittings 1,700 LB S s= /LH 7 $ 4so it k Unit Price in Words: SP-39 Project Signs 2 EA $ /EA 250 J A $ SQQ YA Unit Price in Words: SP-27 Service Adjustments 5 EA $ 20o /EA vA $ l 000 Unit Price in Words: SP-44 Misc Sprinkler System Adjustment -- LS $ Soo Unit Price in Words: TOTAL Total Price in Words: Certificate of Insurance 1111 ( I I III I(AIL ISN+U -,ASAP AT IT R OF IN[ (1RMATIONONIYAND(ONFIItSNORI(II II UI (IN) OU 1111(1 R1 IT KA I I IIUI UII 11111( I RIII I( A I 1I,NUI— AN INSUItAN( 1 POI ICY AND DOT ti N01 AMFND FX11 ND OR AI TLR 1 HI (OVI RACT AT I ORDI D lit It It POI IUI b I IS11 U SI I UW Thfs fS O 8 a DICKERSON CONSTRUCTION COMPANY, INC Name and DICKERSON EQUIPMENT COMPANY LIBERTY CELINA READY MIX, INC �— address of 1309 NORTH LOUISIANA Insured MUTUAL- CEUNA TX 76009 Is, at th� a date of this certificate, insured by the Company under the policy(iss) hated below The insurance afforded by the listed pobcy(na Ib subject to all their terms, excl, istons and Conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate maybe EXP DATE TYPE OF POLICY + ❑ CONTINUOUS ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY ® POLICY TERM WORKERS COMPENSATION 3/5/97 WC7-191-409705-077 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES TEXAS EMPLOYERS LIABILITY Bodily Injury By Accident $100,000 EacAcch Bodily Injury By Disease $500,000 Policy Limit Bodily Injury By Disease $100,000 Each Portion GENERAL LIABILITY ® OCCURRENCE 2/20/97 YY1-191-409705.017 General Aggregate -Other than Products/Completed Operabons $2 000,000 Products/Completed Operations Aggregate $2,000,000 ❑ CLAIMS MADE Bodily Injury and Property Damage Liability Per $1,000,000 Occurrence RETRO DATE Personal and Advertising Injury Per PereoN $1 000 000 Organization Other Other AUTOMOBILE LIABILITY 911/98 AS2-191-409705-035 $1,000,000 Each Accident -Single Limit BI and PD Combined ® OWNED Each Person Each Accdent or Occurrence ® NO OWNED Each Accident or Occurrence HIRED EQUPMENT ENDORSEMENT PER PIECE $300,000 ® HIRLD OTHER CONTRACTORS 9/1/96 MS2-191-409705-065 EQUIPMENT ADDITIONAL COMMENTS RE BID # 1849- SCRIPTURE ST 20 & 8 WATERLINE THE CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES & VOLUNTEERS ARE LISTED AS ADDITIONAL INSUREDS AS RESPECTS TO GENERAL LIABILITY & AUTO LIABILITY THIS INSURANCE IS PRIMARY & NON CONTRUBUTORY TO ANY OTHER INSURANCE AVAILABLE TO THE ADDITIONAL INSRUED, SUBJECT TO THE TERMS & CONDITIONS OF THE POLICIES if the certificate expiration date Is continuous or extended term you will be notified if coverage is terminated or reduced before the certificate expiration date SPECIAL ORIO ANY PILES A CLAIM OONTA N NGNINTENT TO DEFRAUD OR KNOWING A FALSE OR DECEPTIVE STATEMENT IST HE IS GUILTYOFCINSURAING A NCE FRAUD AGAINST AN INSURER SUBMITS I-�(0" 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? �f ��AAib Mutual Group UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS '6�'.'e/Y(,g(a NOTICE OF St CH CANCELLATION HAS BEEN MAILED TO CITY OF DENTON CHERI LYNN KEEHN CER710ATE ALrFHOWIZED REPRESENTATIVE HOLDER IRVING -NC (214) 550 7899 3/14/96 I OFFICE PHONE NUMBER DATE ISSUED Ih, ,oh tl nil it, I IBiI It'It WV r R()( l r.usl l .u<himunn , , ill i t l,. Il I. .... CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this MARCH CITY OF DENTON A.D., 19 96 , by and between of the County of DENTON through RICK SVEHLA 5 day of and State of Texas, acting threulonl authriz�d so to do, hereinafter termed "OWNER," and arco ons u ion, Inc. a REAVES ENTERPRISES 2804 N ELM DENTON, TEXAS 76201 of the City of DENTON , County of DENTON and State of TEXAS , hereinafter termed "CONTRACTOR to 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 # 1857 - UNDERGROUND ELECTRIC CONSTRUCTION in the amount of "SEE EXHIBIT A ATTACHED" 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 all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor 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. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which 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. ATTEST: APPROVED AS TO FORM: AAA0184D Rev. 07/28/94 CA - 3 CITY OF DENTON OWNER (SEAL) &(,Go \tie A)o REAVES ENTERPRISE CONTRACTOR MAILING ADDRESS PHONE NUMBER `dO- 3%�-'14% FAX NUMBER �j� BY y✓� a /� U TITLE Oran R000e5 3c' PRINTED NAME (SEAL) ;HJ # 31D NAME 3PEN DATE 2 3 4�— 5 7 _ _8- 9 10 1 11 1 12 1 2 - 3 4- 1 2 I { 3 4 id'/ - EXHIBIT A UNDERGROUND ELECTRIC CONSTRUCTION JANUARY 23, 1995 PAGE 1 OF 2 DESCRIPTION Dill WORK TREN( H UNIT 6"X30" _ TRENCH UNIT 6"X42" _ _ ROCK ADDER BORE, I" SUN 13 S DUCT, DIRT -BORE, 2"SDR 13 5 DUCT, DIRT__ BORE, 2 5"SDR 13 5 DUCT, ­DIRT HANDDIGGING _ MECHANICAL DITCH TAMPING — - BACKHOF --- - LABORER ( ONDUIT CONDUIT PV( SCH 40 --CONDUIT 2" PVC SCH 40 CONDUIT 2 5" PVC SCH 40 —CONDUIT 4" PVC SCH 40 1"PVC CONDUIT 90DEG SWEEP 211PVC CONDUIT 90 DEG SWEEP 25"PVC CONDUIT 90 DEG SWEEP 4" PVC CONDUIT 90 DEG SWEEP 2"PVC CONDUIT 45 DFG SWEEP 2 5"PVC CONDUIT 45 DFG SWEEP _ 4"PVC CONDUIT 45 DEG SWEEP _ 4"PVC CONDUIT 22 S DEG SWEEP - CABLE CABLE Cu OF SOL 12 2 W/G REAVES ENTERPRISES CABLE 2/0 2/0 Nl SFC,600 VOLT CABLE 410 4/0 2/0 SEC, 600 VOLT CABLE, 92 CON 220 ML, IS KV _ TERMINATIONS ELBOW,LOADBRFAK H2-220ML �.� _ OTHFR - PEDESIAI SF(/W/STAKE TRANSFORMI R PAD 48"X48" I fill R( NI FF INSTALL TRANSI ORMI 11 ON PAD INSTALL 3S' FIBI R(,LASS POLE jI & %I RI I I I lGli r $1 2( $1 21 $3 0( $12 01 $12 01 $12 O1 -- $21 01 — $1 01 — S40 0 - $150 $0 4 $0 5 $0 5 $0 6 $5 0 $5 0 $6 ( -- - - $5( $5 001 - $6 001------ i $6 004- $0 30 1 $0 501 - $0 60 - $0 G5� $40 001 $5(1 00 { $12500i $125 00 $ I SO 00 BID # 1857 - UNDERGROUND ELECTRIC CONSIRUCTION " EXHIBIT A" CITY of DENTON, TEXAS PURCHASING DIVISION / 901 B TEXAS STREET / DENTON, TEXAS 76201 The Maintenance Bond requirement for this project shall be $25,000.00. Or a $25,000.00 irrevocable letter of credit made payable to the City of Denton effective for (1) one year after completion of this project. This will be used in lieu of a Maintenance Bond. 8171383 7100 DFW METRO 817 267 0042 FAX 817 382 4692 ��-$ 4 id `w�"�Clryi+elx �kB+J �58PM; LN,41 1l.F H� IN PALES & ksSOCIATE Hanafin Hates & Assoc„ Inc. 8144 Walnut Hill Lane, LB54 Dallas, TX 75231 (214) 361-3240 INSURED Barco Construction Company,Ine DBA Reaves Enterpra.see 2804 N. Elm Denton,Texas 76201 THIS IS TO CERTIFY THAT THE POLICIES INDICATED, NOTWITHSTANDING ANY RED CERTIFICATE MAY BE ISSUED OR MAY PE EXCLUSIONS AND CONDITIONS OF SUCH TYPE OF WSUMNCE IE 1011 P 2/C ,nfY'ei s.xAM+�i Mi r>,+i 1<i R.er P"<g, �a kAyR i ISSUE DATE (MIAtDDMT 3/21/1996 P INFORMATION ONLY AND HOLDER THIS CERTIFICATE WgRAGE AFFORDED BY THE COMPANIES AFFORDING COVERAGE LER MY A Steadfast Insurance Company COMPANY B LEMA COMPANY C. LETTER COMPANY D LETTER COMPANY LERFA E )RANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLJCV PERIOD YT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1E SUBJECT TO ALL THE TERMS, !S LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY NUMSER POLICY EFRO71VE POLICY EXPIRATION �� DATE (MMADO" DATE(MIMJOfi Y) A GENERAL LIABILITY X COMMERCIAL GENERAL LIABLITY BOOUD2TSBM1 ' CLAIMS MADE X ' ODOUR ' OWNERS S CONTRACTORS PROT , AUTOMOBILE LIABSU" ANY AUTO ALL OWN60 AUTOS SCHEDULED AUTOS HIRED AUTOS NONAWNED AUTOS GARAGE LIABILITY +ID(DESS LIABILITY UMBRELLA FORM OTHER THAN UMORSUA FORM WORKER% COMPANBATION AND EMPLOYERS' LIABILITY Mrs , 05/01/95 r OUNERAL AOGAEOATE S 3,000, 000 PRODUCTS-COMPIOP AGO P 3,000, 0001 04/01/96 PERSONAL SAOVINJURY S 1,000,000I EACH OCCURRENCE 11 T 0 0 0, 0001 PINE DAMAGE (Arty one one) S so, 00 0 + MED EXPENSE (Any one person), E 5,00 0 LIMO COMOINED SINOLE S BODILY INJURY (Par person) S BODILY INJURY (Pot amIdenR S PROPERTY DAMAGE $ EACH OCCURRENCE S P AGGAIRIATE S ' STATUTORY NITS I L � EACH ACCIDENT S DISEASE POLICY UNIT S a DISEASE EACH EMPLOYEE P DESCRIPTION OF OPMATWNPIIAOAT)ON&YDNICLEB'BPBCIAL IT= CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED. OF DENTON B TEXAS STREET 'ON, TEXAS 76201 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE $HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES WJA4//T N+IfAl VF o �)J-F 199G "Si �PY HkNAPTN PATES e �SSOC141E xt n -4 % SK I^.s twSN ie ,%ep"A. rF' 'TNxR t`S%tT a ek ui i i%I`I"S%:xw i�tSi S V%)T iS %J e x 5iouucER A THIS CERT HanaEin Bates & Assoc., Ina, CONFERS DOES NOT 8144 Walnut Hill Lane, LB54 POLICIES E Dallas, TX 75231 (214) 361-3240 INSURED BARCO CONSTRUCTION CO.,INC DBA REAVES ENTERPRISES AMS. CONST. CO., INC. 14160 DALLAS BKWY #700 DALLAS, TEXAS 75248 1011 P I'° kliFms ae;J>ke, 3/21/1996 7ER OF INFORMATION ONLY AND =1CAT9 HOLDER THIS CERTIFICATE THE COVERAGE AFFORDED BY THE COMPANIES AFFORDING COVERAGE LcEwrriRANY A RELIANCE NATIONAL INSURANCE CO COMPANY B 40M COMPANY G. LETTER COMPANY D IEM COMPANY E LETTER BELOW .... .........._•. •........e.,.. .... . . . . . . . v , r' w,e n s 1. f VA r9Af..^+Mx THISIS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TD 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 TYPE OF INSURANCE POLICY NUMBER i POLICY BPTUTTVE PODGY EXPIRATION Inn (MM/DDN)) DATE (MM/)OWY) GENERAL LABILITY COMMERCIAL GENERAL LIABILITY x ( CLAIMS MADE OCCUR OWNERS d CONTRACTOR'S PROT I r o I AUTOMOBILE LIABILITY ANY AUTO ALL OWN90 AUTOS S0146DULE0 AUTOS 'WIND AUTOS NQMOWNED AUTOS GARAGE LIABILITY BKCESB LUE U1Y UMBRELLA FORM OTHER THAN UMBRELLA FORM y WORKER'S COMPENSATION A AND EKOLOYBRG' LABILITY OTHER DESCRIPTRIN OF CITY OF DENTON 901 B. TEXAS STREET DENTON, TEXAS 76201 817-387-7496 e GENERAL AGGREGATE t PRODUCTSCOMPA7P AGO 0 PERSONAL & ADV INJURY S EACH OCCURRENCE S PIPE DAMAGE (Any one Ara) S MED EXPENSE (My ane Perron) t COMBINED SINGLE LIMIT 8 BODILY INJURY (Pe' Perron) d BODILY INJURY (Per eceMonO $ PROPERTY DAMAGE S i EACH OCCURRENCE S AGGREGATE S X y STATUTORY LIMITS t 09/01/95 09/01/96EACH ACCIDENT i 1,000"00( 'DISEASE POLICY LIMIT 'd 1 T 0 0 0 A 0 0 0I36ME EACH EMPLOYEE S 1, 0 0 0, O O CO, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL —3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES a S >Aw18w A A %Dvr IM /e ) � I1HIF-=F-1=19E 15 27 PULE`I FEATHEFSTOh INS c.7 _LL 3549 F 101'01 ar..... I r cRR FIC - mArrupe 4CR 1 If meA A G wf 1IMvavnr+1Mv1- AEAVS-1 03/25/96 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Soley Featherston Insurance HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW P , 0. Drawer 10 _ Wichita Falls TX 76307 COMPANIES AFFORDING COVERAGE EOLEY FEATHERSTON INSURANCE coMPANv p TRINITY UNIVERSAL INSURANCE CO 7- 3-7 11-- INSURED COMPANY B REAVES ENTERPRISES COMPANY aARCO CONSTRIICTxON INC asA C 2804 N ELM COMPANY DENTON TX 76201 D COViRAOES- THAT THE POLICIES OF INSURANCE LISTED SOLOW HAVE BEEN ISSUED TO THE INSURFD NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED, NOTWITHSTANDING 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 POLICY EFFECTIVE POLICY EXPIRATION I LIMITS Co INSURANCE POLICY NUMBER TYPE OF IN LTR DATE IMMIDO/YYI DATE IMMIDONY) GENERAL LIABILITY UgNERAL AGGRSGATE— 5 — COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OP AGO i i_ i CLAIMS MADE 71 OCCUR PERSONAL & ADV INJUflY i OWNER S S CONTRACTOR 6 PROT EACH OCCURRENCE 5 j PIPE DAMAGE Any one fire) MED BXP (Any one parson) d I AUTOMOBILE LIABILIYY COMBINED SINGLE LIMIT 1,1,000,000 1 ANY AUTO TCA6772410 05/01/95 05/01/96 1 ALL OWNED AUT05 BODILY INJURY Ie IPRr pereanl L A I X SCHEDULED AUTOS I I i I-1 HIRED AUTOS BODILY INJURY I NON OWNED AUTOS ` IN, a,nden0 PROPERTY DAMAGE d GARAGE LIABILITY AUTO ONLY EA ACCIDENT $ ANY AUTO OTHCR TI LAN AUTO ONLY $ EACH ACCIDENT AGGREGATE 4 EXCESS LIABILITY EACH OCCURRENCE t F UMBRELLA FORM AGGREGATE 5 OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND I STATUTORY LIMITS _I i EMPLOYERS LIABILITY EACH ACCIDENT i THE PROPRIETOR/ INCL DISEASE POLICY LIMIT i PARTNERS/EXECUTIVE OFFICERS ARE EXCL DISEASE EACH EMPLOYEE OTHfiR i I 1 DESCRIPTION OF OPERATIONS140CATIONSIVEHICLR5/5PECIAL ITEMS THE CITY OF DENTON IS ALSO SHOWN AS ADDITIONAL INSURED CERTIFICATE HOLDER CANCELLATION DENTC01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 D PAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT CITY OF DENTON BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION DR LIABILITY 901 E TEXAS STREET DENTON TX 79201 OF ANY KIND UPON THE COMPANY ITS GENTS O EPRESENTATIVES AUTMORIZ IF, NTAT VE SOLEY la qCE ® ORD CORPORATION 1993 ACORD 25 6 (3103) TOTAL F 01 IWR-25-1996 1E `c BCILEY FEHTHEPSTOI! ILLS 817 322 9549 P 01 07 .e9:01:11. VEHICLE SECTION xEAVE-1 csR se PRODUCER APPLICANT REAVES ENTERPRISES Holey FilatherELtOL7 Insurance PRQP04FP EFF DATE PROPOSED IMP DATE BILLING PLAN PAYMENT PLAN AUC P 0. Drawer 10 Wichita Falls TX 76307 AGENCY DIRECT 'OR COMPANr USE ONLY SOLEY FEATHERSTON INSURANCE 817-723-7111 VEHICLE DESCRIPTION N YEAR MAKE MODEL SOOYTYPE SEAT CAP VIN/SERIAL NUMBER 001 1994 FORD 350 1 TON TRUCK 2FDKF37K7RC101731 CRY STATF ZIP WHERE0ARA10SD TEAR USE GVWIGCW CLASS SIC FACTOR SYM/AGE COST NEW RADIUS FARTHESTT, DENTON TX 01499 2 22000 LOCA 027 COMML RETAIL CHECK COVERAGES uxl+e mo F or DEDUCTISLES X PLEASURE DRIVE TO WIS UNDER IS X yERVIC6 X LAO moil Oxoen,ve11.1 TAT X OOMr COMP SPEC 5250 ' c. A. rewI1AAA 11.1 X ALL COLL 0 500 0 FARM DRIVFTO Wig OVER 16 P YEAR MAKE MODEL BODY TYPE SEAT CAP VIN/6ERIAL NUMBER 002 1990 FORD F25O TRUCK 1FTHX25H3LKH24670 CITY STATE ZIP WHERE GARAGED TEAR USE GVW/GCW CLASS SIC FACTOR SYM/AGE COSTNEW RADIUS FARTHESTT DENTON TX 01499 4 15000 LOCA 027 COMML RIVAL CHECK COVERAGES r DEDUCTIBLES X " L Pic L+011" uoT TAT X ...I COMP'SPECO250 R PLEASURE DRIVE TO W/3 UNDER 15 X PERVICE X """ A.. FARM DRIVE TO W,S OVER 16 P.,MIOIAY -OW • Awn I T S W X cou COLL 5 500 5 IF YEAR MAKE MODEL BODY TYPE SEAT CAP VIN/SERIAL NUMBER 2FDLF475GILTCH12611 003 1988 FORD P450 TRUCK CITY STATE ZIP WHIRS GARAGED TEAR USE OVWIOOW =LASS SIC FACTOR SYM/AGE COST NEW RADIUS FARTHEST DENTON TX 01499 4 15000 LOCH 027 COMML RETAIL CHECK COVERAGES m,+F M,r F LIP DEDUCTIBLES X " uvoennl MOT r X --, COMP/GrECs250 PLEASURE DRIVE TOWig UNDER IS X SERVICE X uA Lrr nr ve^ Ar OW A LAwx IT. W X coin COLL 0 500 0 FARM DRIVE TO W/S OVER 15 A YEAR MAKE MODEL BODY TYPE $SAT CAP VIN/SEAIAL NUMBER 004 1988 FORD F250 3/4T TRUCK 1FTHX25M707CA06678 CITY STATE ZIP WHERE GARAGED TEAR USE GVW/GCW CLASS SIC FACTOR SYMIAGE COST NEW RADIUS FARTHESTT DENTON TX 01499 4 15000 LOCA 027 COMML RETAIL CHECK COVERAGES LNIN MOT r LFR DEDUCTIBLES X ° eO A mioLAll Mor TAT x e.., COMP/SPEC5250 A PLEASURE DRIVE TO WM UNDER 15 X SERVICE X AE ^F IW A Awn rTAW X t.L COLL 1500 0 FARM DRIVE TO WIS OVER 15 P YEAR MAKE MODEL BODY TYPE SEAT CAP VIN/SERIAL NUMBER 005 1977 FORD F250 1 1/2T TRK F82FWY87913 CITY STATE ZIP WHERE GARAGED TEAR USE GVWIGCW CLASS SIC FACTOR SYM/AGE COST NEW RADIUS FARTHESTTE DENTON TX 01499 4 LOCA 027 COMML RETAIL CHECK CCVFPAU,S I..MO I LIP DEDUCTISLES " PLEASURE DRIVE TO WIS UNDER 15 X SERVICE X LIP. MM Ln rcemve MOT TAT OOMr COMPMPEC6 FARM DRIVE TO WIS OVER IS "I W a Awn . . w = COLL 0 9 A YEAR MAKE MODEL, BODY TYPE SEAT CAP VW/SERIAL NUMBI PI 006 1997 CHEVROLET 3/4T PICKUP 10C0424X41IF388452 CITY STATE ZIP WHERE GARAGED TEAR USE GVWIGCW CLASS SIC FACTOR GYM/AGE COST NEW RADIUS FARTHESTTE DENTON TX 01499 LOCH 027 COMML RETAIL. CHECK rOVERAOER F L r DEDUCTIBLES ° PLEASURE DRIVE TO WIS UNDER IS X SERVICE X IA. O' °° uvocaxa Mm FAT cOMr COMPISPEC0 FARM DRIVE TO WIS OVER 16 F'r .aa Al .11 A LAlGn TAW eml COLL 0 0 P YEAR MANE DEL BODY TYPE SEAT CAP VINISERIAL NUMBER 1GCG424K2HJ133179 007 1987 CHEVROLET 3/4T PICKUP CITY STATE ZIP WHERE GARAGED TERR USE GVW/GCW CLASS SIC FACTOR SYM/ACE COSTNEW RADIUS FAATHESTTI DENTON TX 01499 LOCA 027 COMML RFTAII rHErK COVERAGES uxnA MOT r L r DEDVC71BLES A` PLEASURE DRIVE TO WIS UNDER 15 X SERVICE X '>F "" I.OMI, MOT FAT comr COMP/SPEC 0 RT FARM ORIVE TO Wh OVER 15 Ie TOW A AMR ITA W OIL COLL O 0 RP ACORD CORPORATION 1' ACORD 129 S (7188) MAR-25-1996 16 53 BOLEY FEATHERSTON INS 817 322 9549 P 02/03 w..I.-. VL:00(1Lt UkY400lYI ILAn LPDO T I BtAY CAP VINISERIAL NUMBER Al YEAR MAKE MODEL BODY TYPE 008 1984 CHEVROLET 2 1/2T TRUCK 1GeG701MV115s91 CITY STATE ZIP WHERE GARAGED TARN use GVwI00W GLASS SIC FACTOR SYMIAGE COST NEW RADIUS FARTHEST TE DENTON TX 21499 LOCA 027 COMML RETAIL CHECK COVERAGAS II,,,A MOT I Lsr DEDUCTIBLES "` PLEASURE DRIVE TO WIG UNDER 15 X SERVICC X we .. L,NI iWFANA MOT I.I CCmr COMPISPEC 0 FARM DRIVE TO WIN OVER 15 PV mle PAv TOW ADOA rTAw Coll COLL S > B YEAR MAKE MODEL BODY TYPS SEAT CAP VINISERIAL NUMBER 009 1982 FORD, 350 1TON TR77CX 1FDJF37GXCPA47602 CITY STATE ZIP wHERE GARAGED TERR USE GVWIGCW CLASS SIC FACTOR 5YM/AGE COST NSW RADIUS FARTHEST TE DENTON TX 01499 LOCA 027 COMML RETAIL CHECK COVERAGES .NIN MOT F tar DEOUCTIBLE5 '0 PLEASURE DRIVE TO WIG UNDER 15 X SERVICE X LAA ADO L.1 VNNRINO MAT FAT CAMP COMP/SPEC I, DI FARM DRIVE TO WIS OVER IS rir meC rAr TOW. LA... 1I.W CALL_ COLL 0 0 W—YIAR MAKE MODEL BODY TYPe SEAT CAP VINISERIAL NUMBER 010 1985 FORD P350 1 TON TRUCK AFDJ37L3FK316029 CITY, STATE ZIP WHERE GARAGED TERR USE GVWIGCW CLASS SIC FACTOR SYM/AGE COST NEW RADIUS FARTHEST TE I)ENTON TX 01499 LOCA 027 COMML RETAIL CHECK COVERAGES WMNS MOT r 16, DEDUCTIBLES " PLEASURE DRIVE TO WIS UNDER IB X SERVICC X LIES .oDlm NNDF.INR..I I.I Cour COMP/SPEC6 AI FARM DRIVE TO W/S OVER 15 PI.16 PAv Tow A LAG A rnw COLL COLL 6 6 0 YEAR MAKE W00111. 0307,11YON SEAT CAP VINISERIAL NUMBER 011 1985 GMC 3/4 TON PICKUP 1GTGC23M5FS529232 CITY STATE 21P WHERE GARAGED TERR USE GVWIGCW CLASS SIC FACTOR $YM/AGS COST NEW RADIUS FARTHEST TI DENTON TX 01499 LOCA 027 COMML RETAIL CHECK COVERAGES uNiNA uor F 15, DEDUCTIBLES PLEASURE DRIVE TO WIS UNDER 15 X SERVICE X LIED AGO LI,I INNNNS MOT I.T Comr COMP/SPEC 0 n1 FARM DRIVE TO WIS OVER I S nr MEP PAv Tows Am. rnw COLL COLL S 0 P YEAR MAKE MODEL DD Type BEAT CAP VINISERIAL NUMBER 012 1984 CHEVROLET 010 TRUCK 1ECC3148438242176 CITY STATE ZIP WHERE GARAGED TERR USE GVW/GCW CLASS SIC FACTOR SYNVAOE COST NEW RADIUS FARTHEST TE DENTON TX 01499 LOCA 027 COMML RETAIL CHECK COVERAGES UNINS MOT r Lsr DEDUCTIBLES " PLEASURE DRIVE TO WIS UNDER IS X SERVICE X MA0 ADO L PIP WNOuiN. MCI nT CCmr COMP/5PEC0 A FARM DRIVE TO WIS OVER 15 PIP to PAT Taw A LAUGG IT.. CELL COLL0 0 0 YEAR MAKE MOD L UODY WAS SEAT CAP VIN/SERIAL NUMBER 013 1986 GHC 2 TON TRUCK 1GDL7111MV536480 CITY, STATE ZIP WHERH GARAGED TERR USE GVW/GCW CLAfifi SIC FACTOR SYMIAGE COST NEW RADIUS FARTHEST TE DENTON TX 01499 LOCA 027 COMML RETAIL CHECK COVERAGES JIW MOT r LISP DEOVOTISCEB "0 PLEASUAH DRIVE TO WIN UNDER I S X SERVICE X MAS ADD L PIP .01.,.. MOT AI COMP COMPASPEC0 e+ FARM DRIVE TO WIN OVER 10 Pn Mso PAv raw. AmG P I. W .DLL COLL 0 0 E YEAR MAKE M DH V TYPE SEAT CAP VIN/SPRIAL NUMB 014 1904 FORD P350 1 TON TRUCK 1FDJF3716HP942088 CITY STAYS ZIP WHERE GARAGED TERR USE GVWIGCW CLASS SIC FACTOR SYMIAGE COST NEW RADIUS FARTHEST TE DENTON TX 01499 LOCA 027 COMML RETAIL CHECK COVERAGES UNiN MOT r L.r DEDUCTIBLES PLEASURE DRIVE TO WIN UNDER 15 X SERVICC X LIES ADP L III 110F.W. A.' r AT COMP COMP/SPEC 0 T FARM DRIVE TO WIN OVER IS IM POP rAr TOW A.. nAw ODu COLL 6 0 OYFAR MAKE MODEL. BODY TYPe CAP VINISERIAL NUMBER 015 1986 GHC 1/2T PICKUP 113TC514R962528978 CRY STATE ZIP WHERE GARAGED TSRR U50 GVWIGCW CLASS SIC FACTOR SYMIAGE COST NEW RADIUS FARTHEST TE DENTON TX 01499 LOCA 027 COMML RETAIL CHECK COVERAGES UMNN MCI I L P DEDUCTIBLES AC PLEASURE DRIVE TO WIB UNDER IS X SERVICE X LIAR AOOLIII .AI.. MDT FIT come COMPISPECO S FARM DRIVE TO WIG OVER IE PIP Meo PAY TOW ALADGI FIIW COLL COLL 0 0 REMARKS ACORD 129 9 (71891 ATTACH TO 8U51NE95 AUTO SECTION MAP-25-1996 16 54 BOLEY FEATHERSTON INS 817 322 9549 P O3i93 - vcrn+.Hc •.cavnlY L °.rr, 1wMrr F � . BEAT CAP VINISERIAL NUMBER A YEAR MAKE, MODEL BODY TVPE IGBHC34M1CV110172 016 19B2 CHEVROLET 1 TON PICKUP CITY, STATE ZIP WHERE GARAGED TERR USE GVW/GCW CLASS SIC FACTOR SYM/AGE COST NEW RADIUS FARTHEST TE DENTON TX 01499 LOCAL 027 CDMML RETAIL CHECK COVERAGES UNIxe MOT r LaY DEDUCTIBLES ^P PLEASURE DRIVE TO W/S UNDER IS X SERVICE X LMx ADD LTr UNDEx NN MOT v.T aamr COMP/SPECS ^ FARM DRIVE TO W15 OVER IN ve Mm Ax Tnw+umN r-.w CELL COLL0 f YEAR MAKE MODEL BOGY ME SEAT CAP VINISERIAL VUMBE 2FDLF4762r7CA95555 017 1988 FORD 1 1/2T TRUCK CITY STATE ZIP WHERE GARAGED TERR USE GVWIGCW CLASS SIC FACTOR SYMIAGE COSTNEW RADIUS FARTHESTTE DENTON TX 01499 LOCA 027 CDMML RETAIL CHECK COVERAGES UNms MOT r Lar DEDUCTIBLES ' PLEASURE DRIVE TO WIS UNDER IS X SERVICE X MD ADC L I I im"A.. MDT r.T Come COMP/SPECS ° FARM DRIVE TO W/6 OVER IS Nr to A. TOWALANe IT.' DOLL COLL A f F YEAR MAKE MODEL BODY TYPE SEAT CAP VINISERIAL NUMBER IHTAA1711092IS32295 018 1981 INTNIL 2T TRUCK CITY STATE ZIP WHERSOARAGEO TERM USE GVWIGCW CLASS SIC FACTOR SYMMS COSTNEW RADIUS FARTHEETT DENTON TX 21499 4 LOCA 027 COMML RETAIL CHECK COVERAGES Umxe MOT r ur DEDUCTIBLES " PLEASVRE DRIVE TO WIS UNDER IS X SERVICE X Lee ADD LIII Uxaeenm mei FAT come COMP/6PEC6 ° FARM DRIVE TO W/S OVER IS rP MID 1. rowu L•AO. rT.W CCU COLL A A YEAR MAKE MODS- 60oY Me BEAT CAP VINISERIAL NUMBER IFTHX23HOKKA24492 019 1989 FORD 3/4T PICKUP CITY STATE ZIP WHERE GARAGED TERM USE OVW/GCW CLASS SIC FACTOR SVM/AOE COST NEW RADIUS FARTHEST DENTON TX 01499 1.00 4 LOCA 027 CDMML RETAIL CHECK COVERAGES UNIN MOT r Lee DEDUCTIBLES PLEASURE DRIVE TO WIS UNDER 15 X SERVICE X vu rob Fe I...MN. m01 1.1 DDm. COMP(SPEC O ° FARM DRIVE TO Wl OVER 15 nr MID mW. LAN. F16w cau COLL8 f SEAT CAP VI IbERIAL NUMBER N YEAR MAK MODEL BODY TYPE 2FDLF4707LCV01504 020 1990 FORD BUCKET IRK 1 1/2T CITY STATE TIP WHERE GARAGED TEAR USE GVW/GOW CLASS 81C FACTOR SVM/AGE COST NEW RADIUS FARTHEST TI 014990 11000 LOCH COMMT RETAIL CHECK COVERAGES emus MOr a Ler DEDUCTIBLES X A PLEASURE DRIVE TO W/S UNDER 15 X SERVICE X LIAO Roo LIm UNDERINF MOT r., X Damr COMP/5PECA250 ° FARM DRIVE TOW/$OVER It PIP McOrAT 10.ALIN. 111W X eau COLL f500 A SEATCAP VIN/SERIALNVMPER N YEAR MAXVMbbGL BODY TYPE 1FDKF3807JKA96544 021 1988 FORD 1T FLATBED TRUCK 810 FACTOR SYM/AOE COSTNEW RADIUS FARTHESTTE CITY STATE SIP WHERE GARAGED TERM USE GVW/GCW CLASS DENTON TX 01499 4 11000 LOCA 0$7 COMML RETAIL CHECK COVERAGES 01A.M.. r Lee OBDUCTISLES X PLEASURE DRIVE TOWS UNDER II X SERVICE X u.. ADDLrP ovulm. MOT III X COMB COMP/SPEC 8260 s wr MID PAT TOW e Wnp rI.W X cola_ COLL 4500 A FARM DRIVE TO WIS OVER IS SEAT CAP VIN/SERIAL NUMBER A YEAR MAKE MODEL BOOV TYPE CITY STATE SIP WHERE GARAGED TERM Usk GVW/GCW CLASS SIC FACTOR SYM/AGE COSTNEW RADIUS FARTHESTTE CDMML RETAIL CHECK COVERAGES UNOMOT r LOr DEDUCTIBLES A, PLEASURE DRIVE TO WIG UNDER 15 SERVICE LA. woo rr Ouoexm. MOT "I Damp COMFI6PEC nr el. rA• TUW ALA.. r aW WILL COLL 8 i FARM DRIVE TO WIS OVER 16 SEAT CAP VIN/SERIAL NUM96A N YEAR MAKE MODEL BODY TYPE CITY STATE ZIP WHERE 6ARAGSO TERN USS GVWIGCW CLASS $IC FACTOR SYMIAGE COST NNW RADIUS FARTHEST TE COMM L RETAIL CHECK COVERAGES UNma ma, F L v DEDUCTIBLES PLEASURE DRIVE TO WIG UNDER 15 SERVICE MA. .Do I Al Uxoo.me MaT III OOMI COMP/SPEC f °1 FARM DRIVE TO WIS OVER 15 rM mEO e•� TOwAUNe rr.w cou LOLL A 3 AR ACORD 129 9 471081 ATTACH TO BUSINESS AUTO SECTION 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 fads 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 1n 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 AAA003b0 NEVI411) 10/12/94 Cl-1 I 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 190 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 thirty1301 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 AAA00360 REVISED 10/12/94 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 IXI A. General Liability Insurance General Liability insurance with combined single limits of not less than S1,000,000 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 AAAM350 REVISED 10/12/04 Cl - 3 Insurance Requirements Page 4 [X1 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 [ 1 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 6500,000 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) [ 1 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 10/12/94 CI-4 r 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 [ 1 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 [ 1 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 [ 1 Builders' Risk Insurance Builders' Risk Insurance, on an Ail -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 10112104 CI-5 Insurance Requirements Page 6 ATTACHMENT [Xj Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -Insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or 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 AAA00360 REVISED 10/12/04 CI-6 r 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 AAA00360 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, 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 REVISED 10/12/04 Am 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 AAAW350 REVISED 10/12/04 CI - 9 PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S Barco Construction, Inc. dba KNOW ALL MEN BY THESE PRESENTS: That REAVES ENTERPRISES of the City of DENTON County of DENTON , and State of TEXAS as PRINCIPAL, and Gulf Insurance Company 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 C1FY OF DENTON as OWNER, in the penal sum of TWO HUNDRED SIXTY THOUSAND Dollars ($ 260,000 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 5 day of MARCH 19 96, for the construction of BID N 18S7 - UNDERGROUND ELECTRIC CONSTRUCTION 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 be 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 qni day of 1996 Barco Construction, Inc. dba Principal By. 4L / A Title �i�xaMG�l Address: Z$0y N• E( ry-% �Pirti�LO v� i ^T'y -1(0 Z,O I (SEAL) Gulf Tnsurance Company Surety -11� 4:�n - r� I I/ Title Attorney -in -Fact Address: 5550 W Touhy Ave., Suite 400 Wichita Falls, Tx. 76301 (SEAL) The name and address of the Resident Agent of Surety is: Boley-Featherston ins Co. 701 Lamar Wichita Falls, Tx. 76301 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev 07/28/94 Ian PAYMENT BOND STATE OF TEXAS S COUNTY OF DENTON S Barco Construction, Inc. dba KNOW ALL MEN BY THESE PRESENTS: That REAVES ENTERPRISES of the City of DENTON County of DENTON and the State of TEXAS , as principal, and Gti' € ln64i6anre GORPR , authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of TWO HUNDRED SIXTY THOUSAND Dollars ($ 260,000 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 S day of MARCH 19 96. BID N 1857 - UNDERGROUND ELECTRIC CONSTRUCTION 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. ru-� 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 Pr?ns4#1 sand Surety have signed and sealed this instrument this 2nd day of May 199_. Barco Construction, Inc. dba Reaves Enterprises Principal By L Title / Address: Z-$ O L1 Q . EA rr "Th -1 lv Z 0 ) (SEAL) Gulf Insurance Company Surety At� LA41�� - -"// IV Title Attor:ua}�-in-Fist Address 5550 W Touhy Ave., Suite 400 Skokie' (SEAL) The name and address of the Resident Agent of Surety is: 7 , Tx. 76361 I AM0184D Rev. 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF DENTON S Barco Construction, Inc. dba KNOW ALL MEN BY THESE PRESENTS* That REAVER ENTERPRISE as Principal, and Gulf Insurance Compare a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of mwr+NTr qTx THousBND AND no/100------------ Dollars ($ 26,000,00 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said PEAVRR ENTF.RPRTSE has this day entered into a written contract with the said City of Denton to build and construct BID # 1857 - UNDERGROUND ELECTRIC which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. Barco Construction, Inc. dba IN WITNESS WHEREOF, the said Reaypasqs as Contractor and Principal, has caused these presents to be executed by Gulf Insurance Company and the said Gulf Tnsurancp fm=any as surety, has caused these presents to be executed by its Attorney -in -Fact Lama Esp- noza and the said Attorney -in -Fact has hereunto set his hand this 2nd day of May , 19 96 SURETY. Gulf InsloQce Company, BY: Laura Espinoza Attorney -in -Fact AAA0184D Rev 07/28/94 PRINCIPAL: Barco Construction, Inc. dba Reaves Enterpris/es riLr•. 4 _, H. GULF INSURANCE COMPANY KANSAS CITY, MISSOURI POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BI UL SAFETY PAPER WITH TEAT INK DUPLICATES SHAIL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY W HEN ISSUED IN CONJUNCTION WITH THE ORIGINAL KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Coin party a corporation duly organized under the laws of the State of Missouri having its principal office in the city of Irving Texas pursuant to the following resolution adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the IOth day of August 1993 to wit RESOLVED that the President Executive Vice President or any Senior Vice President of the Company shall have authority to make execute and deliver a Power of Attorney constituting as Attorney in Faet such persons firms or corporations as may be selected from time to time and any such Attorney in ract in ay a removed and the authority granted him revoked by the President or any Executive Vite President or any Senior Vice President or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors RESOLVED that nothing in this Poorer of Attorney shall be construed as a grant of authority to the attorney(s) in fact to sign execute acknowledge deliver or other wise issue a policy or policies of insurance on behalf of Gult Insurance Company RESOLVED that the signature of the President Executive Vice President or any Senior Vice President and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached Gulf Insurance Company does hereby make constitute and appoint Laura Espinoza NUMBER GE 5789287 PRINCIPAL NAME, ADDRESS CITY, STATE ZIP Barco Construction, Inc. dba Reaves Enteprises 2804 N Elm Denton, Tx 76201 $ 260,000 $ 260,000 its true and lawful attorney(s) in fact wuh full power and authority hereby conferred in its name place and stead to sign execute acknowledge and deliver in its behalf as surety any and all bonds and undertakings of suretyship and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s) in fact pursuant to the authority herein given are hereby ratified and confirmed The obligation of the Company shall not exceed one million (SI 000 000 00) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and Its Corporate Seal to be hereto affixed s�\6dn Co GULh INSLRANCE COMPANY 'J �pP0 ggr� Az " SEAL b,SSOUPs STATE OF NEK YORK ) Christopher E Watson SS President COUNTY OF NEW YORK ) On this 1st day of February, 1994 A D , before me came Christopher E Watson, known to me personally who being by me duly sworn, did depose and say, that he resides in the County of PI estchester State of New York, that he Is the President of the Gulf Insurance Company, the corporation described in and which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the said instruments is such corporate seal that It was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like orrdddeeerr� jNOTAgy Cz Y ins .�yB�sG Qr Ursula Kerrigan STATE OF NEW PORK ) 9rFOF NE`N10 No 02 KE 50439SO SS Qualified in New York County Comm Expires May 15, 1"7 COUNTY OF NEW YORK ) I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force nSEAL RANCF Signed and Sealtd at the City of Nee York p�Sf y ` Dated tht 2nd day of May 19 96 , L P ham..� awrente P Minute tit mor %tit President