HomeMy WebLinkAbout1994-113ORDINANCE NO. I V -//3
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:1
SECTION I. That the following competitive bids for the
construction of public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according
to the bid number assigned hereto, are hereby accepted and approved
as being the lowest responsible bids:
BID NUMBER
CONTRACTOR
AMOUNT
1632 DICKERSON CONSTRUCTION $933,439.75
1633 SUNMOUNT CORPORATION $970,261.25
1634 H.P. ENVIRO VISION INC. $ 19,998.00
SECTION II. That the acceptance and approval of the above
competitive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
personshall 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 birds accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid
Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and
specified sums contained therein.
SECTION IV. That upon acceptance and approval of the above
competitive bids and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bids and authorized contracts
executed pursuant thereto.
SECTION V. That this ordinance shall become effective
immediately upon its passage and approval.
5,
PASSED AND APPROVED this the day of ,1994.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
AP ROVED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
/ BY: ,'/
Gf�
DATE: JULY 5, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1632 - UPGRADE WATERLINE -(SYCAMORE 20" WATERLINE)
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder,
Dickerson Construction in the amount of $933,439.75.
SUMMARY: The 1991 Upgrade Waterline (Sycamore Waterline) project consist of
approximately 8927' of 20" waterline running from McKinney and Railroad to Highland
and Ave A. This project is the first of four projects designed to increase Denton's
transmission capacity from the east to the west side of town. As Denton's peak day
approaches (30 MGD) and growth continues on the west side it requires higher and
higher pressure to fill the tanks at night. Pressure requirements could reach 150
PSI by 1998 if no improvements are made. This high pressure will increase
mainbreaks, increase pumping cost and could damage private property.
The project as bid is $40, 201.00 over budgeted due to asphalt prices increasing from
$1.00/square foot to $2.00 square foot. This increase adds $53,400 to the bid price,
however, $977,000.00 is available allowing for sufficient funding.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Citizens of Denton, Denton
Municipal Utilities and Dickerson Construction.
FISCAL IMPACT: Funds for this project will come from 1991 Waterline Upgrade CIP
Account Number#660-081-RR87-R106-9138 $101,874.00
#660-081-RB89-R106-9138 831 ,439565.75
933.75
l.4e �' .� ect ully mitted
Lloyd V . Harrell
City Manager
A
Name: Tom1). Shaw, C.P.M.
Title: Purchasing Agent
504.AOENDA
JUN-27-194 MON 11:54 ID: ITY OF DENTON UR
TEL NO:817-566-8120 #995 P02
PUB MINUTES
Excerpt 6/20/94
CONSIDER APPROVAL OF BIDS FOR CAPITAL IMPROVEMENTS PROJECT
#1632 -1991 UPGRADE WATERLINE (SYCAMORE 20: WATERLINE)
4b). After extensive discussion and background information provided by Lee
Allison . Giese made a motion to approve the bid as presented. Glen
seconded the motion. All ayes, no nays, motion passed unanimously.
I
JUN 27 '94 10:55 ITY OF DENTON UR PRGE.002
DATE: JULY 5, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1633 - RYAN ROAD PAVING AND DRAINAGE
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder,
Sunmount Corporation in the amount of $970, 261.25.
SUMMARY: This bid is for the Ryan Road Paving and Drainage project consisting
of approximately 4400' of storm sewer and 30,000 square yards of asphalt paving
along with other related labor and supplies.
The project location is from FM 1830 to FM 2181.
Based upon our 'calculations there is approximately $1,010,000 available for
construction bringing this project under budget by approximately $39,738.75.
Completion is expected in ninety five work days.
BACKGROUND: Tabulation Sheet
Sunmount
Citizens of Denton,
FISCAL IMPACT: Funds for this project will come from Account Number #412-020-
RYAN-9105 .
pectfylly itted:
loyd V . Harrell
City Manager
Approved:
Name: Tom D. Shaw,C.P.M.
Title: Purchasing Agent
502.AOENOA
0
M
z z
M
M
>
jZ
0><CZModU)M
G)�-<
m
z
0
>
M
Z >
MPZ
>
m
4
M
q
M
M
0>
M
M
0
M
m
0
M
M
z
>
G)
0
X
M
M
z
1
0Zo
0
0
Cn
-4
C/)
W
W
CA)
W
03
0
0
o
W
c
�4
(A7
0 z
0
Ol
M
w
m 0
C
m
z
01
0
Ul
c >
M
Z
w
CA)
-N
0
r, n
om
co
0
DATE: JULY 5, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1634 -ASBESTOS ABATEMENT ELECTRIC PRODUCTION PLANT
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, H.P.
Enviro Vision Inc. in the amount of $19,998.00.
SUMMARY: This bid is for a blanket order for asbestos abatement services to be
performed as requested at the Electric Production Plant. The removal and abatement
of asbestos containing material (ACM) is required to access turbines and boilers for
service. The Spencer Generating Plant incorporates use of high pressure, high
temperature boilers and turbines in the production of electricity. The high
temperature components are encased with insulating material, much of which has
been identified as asbestos containing material.
Removal of the ACM is regulated requiring specialty apparatus, training and
certification. This contract provides for ACM removal services as needed and
requested. Areas likely to require service include: Feedwater Heater 5-3 and 4-3
as well as Unit Three Feedwater Regulating Valves.
BACKGROUND: Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Electric Utility, Electric
Production Division.
FISCAL IMPACT: Funds for this contract will be taken from 1993-94 budget funds,
Account Number #610-101-1011-5120-8359AC with a balance of $83,416.66.
ectfullub fitted:
a re
ityer Manager
Approved:
Name: Tom . Shaw,C.P.M.
Title: Purchasing Agent
501.AOENDA
ya
;A
4
> W
aN
>
0
.
z
CIO
00
0
N
0
>
>
04
W
a>
>
>
0
>ro
tz
0
pq
"
> >
> >
0
o 0
0
>
W
>
0 (A
tz trl
0
0
Z Z
til
III
> 0
0
tII'
coo
k Z
ps A
z
A
tri
tz
Z x
<ro
5d
t,
m 0 0
0
N
>
m
z Z !� 11113
Z *3
g4
.'log
PC:
EA
>
0 IIIIIo
z z
0 *3 tt
Kj tII'
0 '1 tz
0
0
0
>
m
R
z
0 (z 0
0
0
>
z
tz
til m
z
tz
0
p
W
xx
>
z
0
0
ti
z
z
>
zt:j
>
0
z
p
kA
LA b
cc
C
O
b
O
C C
O O
b b
cc
Cif
tz z
M
x tz <
Z< 11114
404
LA
LA
W
(A
w N
414
W
w
LA
44 64
U)
'A
w w
> 0
: z
0
p
LA
111 10
N0
a,
t. I z
LA LA
cc
b
p
b
p
in C
p p
in LA
p p
b b
cc
til
z
Z 0
ro
4
4A
fA
LA
N040
w
fA
W
1111'
UIII
64 46
4 UQ
N 4A
w w
44
14
11114
V( A
a
0 LA
0
z
0z
0 t� tz
4A
44
N 64
w LI)
Nz
N
00 vi
64 fA
(A
in ?A
" t4 X
>
pm
Vt
LA
p
to
�A
'A
to N
oo
0
N III
6 LA
cc
b
O
b
O
O O
b b
cc
b tA
0c
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 5 day of
A.D., 19 94 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through LLOYD V. BARRELL
thereunto duly authorized so to do, hereinafter termed "OWNER," and
SUNMOUNT CORPORATION
P.O. BOX 1770
ROANOKE, TEXAS 76262
of the City of ROANOKE , County of DENTON
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds bearing even
date herewith, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 1633 - RYAN ROAD PAVING AND DRAINAGE in the amount of $970,261.25
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
CA - 1
all. maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, and the Specifications
therefore, as prepared by CITY OF DENTON ENGINEERING STAFF
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:
i r-, �f i�fl_j,/z CITY OF DENTON
' OWNER
it
ATTEST:
AAA0184D
CA - 3
(SEAL)
SDNNOUNT CORPORATION
CONTRACTOR
By
Title UG«
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That SUNNOUNT CORPORATION
of the City of ROANOKE
County of DENTON , and State of TEXAS
as PRINCIPAL, and SEABOARD SURETY 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 CITY OF DENTON
as OWNER, in the penal sum of NINE HUNDRED SEVENTY THOUSAND TWO HUNDRED
SIXTY ONE and 25/loo--------------- Dollars ($ 970,261.25 ) 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 r, day of JMY ,
19 94 , for the construction of BID 8 1633 - RYAN ROAD PAVING AND
DRAINAGE in the amount of $970,261.25
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.
f
. 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 tr day of Tlat-Y ,
19g4.
Sv171*zag C_av- vYa/len
Princip 1
By - / fdn►r..r /cam�'/ �L /L
Title 611c-e
Address:
Done , T�s 7�262-
(SEAL)
SEABOARD SURETY COMPANY
Surety
Title A -IN-FACT
(SEAL)
The name and address of the Resident Agent of Surety is:
FRANK SIDDONS INSURANCE
AUSTIN, TEXAS 78768
NOTE: Date of Bond must not be prior to date of Contract.
AAA0184D
PB - 2
For verification of the authenticity of this Power of Attorney you may call, collect, 908-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION
of the City of ROANOKE
County of DENTON , and the State of TEXAS
as principal, and SEABOARD SURETY 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, lnin the penal sum of
ONENINE HUNDRED SEVENTY THOUSAND TWO HUNDRED SIXTY Dollars 5($ 970,261.25 )
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 JULY
19 94 .
BID # 1633 - RYAN ROAD PAVING AND DRAINAGE
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.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or aLddition 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 �ll\ day of
190,.
S/J/YJOyn � �i^.dDYd !d �
Princippaal
By
Title UCe i 1^�Sio! e7
Address: 1%767
(SEAL)
SEABOARD SURETY COMPANY
Sur
Title ATTY-IN-FACT
Address -gm WQ`(1u� ' LYE
99
(SEAL)
The name and address of the Resident Agent of Surety is:
FRANK SIDDONS INSURANCE
AUSTIN, TEXAS 78768
AAA0184D
PB - 4
MAINTENANCE BOND
THE STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION
as Principal, and
SEABOARD SURETY 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 NINTY SEVEN THOUSAND TWENTY SIX and 13/100-----
Dollars ($ 97,026 ,z ), 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 SUNMOUNTCORPORATION, ....,� ..._.
has this day entered into a written contract with the said City
of Denton to build and construct BID # 1633 - RYAN ROAD PAVING AND
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 saicj,time. ,
IN WITNESS WHEREOF, the said
as Contractor and Principal, has caused these presents to be
executed by
and the said
SEABOARD SURETY COMPANY
as surety, has caused these presents to be executed by its
Attorney -in -Fact LINDA COUEY
and thesa�id-Attorney-in-Fact h s hereunto set his hand this
day of . 11� -q , 19 .
SURETY: PRINCIPAL:
SEABOARD SURETY
Attorney-
AAA0184D
MB - 2
_Jcir� syivvn 2 //!O�
For verification of the authenticity of this Power of Attorney you may call, collect, 908-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power
BID SUMMARY
TOTAL BID PRICE IN WORDS B95E BAD — NINE N1)NDQED S/X?EfN
SEVENTY- FIVE CENTS
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 ar- submitted as correct
and final.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
CONTRACTOR
BY % ,G Ajl
7'Aaoras A?
Street Address
2oe,✓o.�i ; %r 7de6L
City and State
Seal & Authorization
(If a Corporation) ('%/7%VJQ--0ssZ.
Telephone
-Ryan Road Paving and Drainage (Base Bidl
BID TABULATION SHEET
WORK DAYS 80
BID NO. 1633
PO NO.
ITEN
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
1.21
Contractors Warranties and
Understandings
---
LS
$9,000/LS
$ 9,O n
3.1
Preparation of Right -of -Way
---
LS
$6,500"/LS
$ 6,500-
8.1
Barricades, Warning Signs,
and Detours
---
LS
$5,o00%LS
$ 9,000 -
3.12
Temporary Erosion Control
---
LS
$2,00o%LS
$ 2/000
3.3
Unclassified Excavation
10,555
CY
$ 36e/CY
$31,665
3.7
Compacted Fill
2,921
CY
$ $ So /CY
$ 1 y, 6 o5 "
4.6-B
6" Lime Treatment of
Subgrade
28,840
SY
$ / 8o/By
4.6-A
Type A Hydrated Lime Slurry
390
TN
$ $$pe/TN
$ 33,150
5-7-A
4hN Asphalt Type A
27,563
SY
$ (oyo)'SY
$17Gil 03 Z°
5.7-B
lh" Asphalt Type D
27,563
BY
$ 2 $D/SY
$ 6to 907. Sa
5.7-C
1" Type D Asphalt Overlay
3,629
BY
$ 1-5/SY
$ 6,3S0.ys
SP-45
Curb Mill
1,289
LF
$ 20 /LF
$ I, yq&.Se
5.7-D
2" Type D Asphalt Patch
Material
10
TN
$ 1W'*/TN
$ if00.
4.5
6" Flex Base Material
239
SY
$ /O q-'-'/SY
$ 2,390.°=
7.4.5
Class A Concrete
117
CY
$ woo. /CY
$ Al9, IHO, ee
SP-3
Reinforcing Steel
14,649
LS
$ S0/LB
S 324.ta
SP-15
Adjust Water Valves
4
EA
$ 150."e/EA
$ (000
8.11
GF-88 Guard Rails
2,100
LF
$ /7S"/LF
$ U 750-
2.12.3.A
18" Class III RCP
305
LF
$ 2S oo/LF
$ 7 675
2.12.3.E
21" Class III RCP
250
LF
$27.So/LF
$
2.12.3.0
24" Class III RCP
177
LF
$311.t?/LF
$ (e,018
P - 3
Ryan Road Paving and Drainage (Base Bid)
WORK DAYS 80
BID NO. 1633
PO NO.
BID TABULATION SHEET
ITEK
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12.3—D
27" Class III RCP
86
LF
$ y3,°°/LF
$ 3 69 p
2.12.3-E
30" Class III RCP
35
LF
$ (e0,°=/LF
$ ?(Do
i
2.12.3-F
36" Class III RCP
172
LF
$ 6S.Soo/LF
$ 111JI$0
2.12.3-H
48" Class III RGs
,353
201
LF
$ 8b /LF
$(SY, yo _
2.12.3-I
7'X 5' Concr. Box Culvert
Pre Cast
140
LF
$ MV"/0/LF10
200 . °—°
S
2 000 -
2.12.3-J
8'X 7' Concr. Box Culvert
Pre Cast
140
LF
$ 750.0e/LF
$ 3SO000
2.12.3-K
9'X 7' Concr. Box Culvert
Pre Cast
35
LF
$ yoo a/LF
S 14,000-
2.12.3-L
5'X 4' Concr. Box Culvert
Pre Cast
195
LF
$/30.°°/LF
$ 25�350
SP-44.A
Remove 12" Culvert
3
EA
$ //$,O0/EA
$ 3'/S
SP-44.B
Remove 15" Culvert
3
EA
$ //•j, °= /EA
$ 3'iS
SP-44.0
Remove 18" Culvert
10
EA
$ 90.'=/EA
$ 906
SP-44.D
Remove 24" Culvert
4
EA
$ /35,t-/EA
$ Sy0
SP-44.E
Remove 30" Culvert
3
EA
$ /YS. t-O/EA
$ 113s,
SP-44.F
Remove 36" Culvert
1
EA
$ 270.=/EA
$ 270
SP-44.G
Remove 60" Culvert
4
EA
$ 300.02 /EA
$ /,200 -
SP-44.H
Remove 72" Culvert
1
EA
$ SOD."=/EA
$ $00 -
SP-44.I
Remove 78" Culvert
1
EA
$ SSO.°=/EA
$ 550 -
7.6.A
61X 6' Type Y Inlet
2
EA
$2,500'-*/EA
$ 5000`
8.15-A
Grouted Rip Rap Type A
511
CY
$ (,Pg.!!/Cy °!/CY
$ 311,719
8.15-B
Concrete Rip Rap
90
SY
$ 23.°'/SY
$ 2, o 70 —
3.10.3
Seeding
60,000
Sy
$ 6-,Y'/SY
$ $,y00
P — 4
Ryan Road Paving and Drainage (Base Bidl
WORK DAYS 80
BID NO. '�33
PO NO.
BID TABULATION SHEET
ITEN
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
SP-10
Rock Excavation
50
CY
$ 25,'�^/CY
$ it2Sp _
SP-37
Excavation Protection
3,335
LF
$ J.'o /LF
$ 3� 335
SP-39
Project Signs
2
EA
$ 5,00 S-/EA-
$ 1,000
SP-46
Soil Retention Blanket
12,150
BY
$ /' /BY
$ 171150
7.6.B
6' x 6' Junction Box &
Cover
1
EA
$2,560°-/EA
$ Z,SOo-
7.6.0
10' x 3' Special Inlet
2
EA
$ 2,500°'/EA
$ $1006-
2.11.5
Inlet Frame & Cover
4
EA
$ Zoo.'=/EA
—
$ goo
Material & Labor
Incorporated into Project
$3&] O O p
i
Other
$529993.'
TOTAL
$ 9/',9H37-
8.15(c)
Additional Conc. Rip Rap
1,550
SY
$ 23,' /SY
$ 35J650...
* Item 8.15(cl Additional Concrete Rip Rap is being bid as an additive alternate.
P — 5
Ewan Road Paving and Drainage (Alternate Bid)
BID TABULATION SHEET
WORK DAYS 95
BID NO. 1633
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
1.21
Contractors Warranties and
Understandin s
---
LS
$9,000%LS
$ (3,000
3.1
Preparation of Right -of -Way
---
LS
$ (°,50o%LS
$ 60 500-
8.1
Barricades, Warning Signs,
and Detours
---
LS
$ 9,00o-/LS
$ <)J000-
3.12
Temporary Erosion Control
---
LS
$ 2,oeo%LS
$ 2, 000
3.3
Unclassified Excavation
10,555
CY
$ 3q-,/CY
$ 3)J665
3.7
Compacted Fill
2,921
CY
$ 5°=/CY
$ 1�}�i°OS
4.6-B
6" Lime Treatment of
Subgrade
28,840
SY
S $ /By
S Jr IJ 912
4.6-A
Type A Hydrated Lime Slurry
390
TN
$ 85 O0 /TN
S 33, 15 0
5.7-A
4h" Asphalt Type A
27,563
BY
$ GILD/Sy
$17G 4pjzc
5.7-B
lh" Asphalt Type D
27,563
BY
$ 2 50/SY
$ 62/967 Se
5.7-C
1" Type D Asphalt Overlay
3,629
3Y
$ D T's/SY
$ 4135015
SP-45
Curb Mill
1,289
LF
$ ?0/LF
$ lJ546 g=
5.7-D
2" Type D Asphalt Patch
Material
10
TN
$ y0°O=/TN
$ Y60
4.5
6" Flex Base Material
239
BY
$ /00/SY
$ 2 39 0 -
7.4.5
Class A Concrete
117
CY
$ y70, °0/CY
$ q9' 1 Y0 -
SP-3
Reinforcing Steel
14,649.
LB
$ 0 sO/LB
$ %,32q sn
SP-15
Adjust Water Valves
4
EA
$/50°'/EA
$ 600
8.11
GF-88 Guard Rails
983
LF
$ 17$O/LF
$ 17,Z0Z Se
2.12.3.A
18" Class III RCP
305
LF
$ 2$0-/LF
$ -71429 -
2.12.3.E
21" Class III RCP
250
LF
S 27°0/LF
$ 6,7$'0
2.12.3.0
24" Class III RCP
177
LF
$ 3y'`/LF
$ 4., 018
WTM�. e• . ,. � - e - -
WORK DAYS 95
BID NO. 1613
PO NO.
BID TABULATION SHEET
IT
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12.3-D
27" Class III RCP
16
LF
$ y$p0 /LF
$ (08$ -
2.12.3-E
30" Class III RCP
35
LF
$ (a0 °O /LF
$ 2J10 0
2.12.3-F
36" Class III ELP fC
S :lyi R:
411
LF
$ (05 to-/LF
$ V015
2.12.3-G
42" Class III RAP pp
s i ra i "•
862;
LF
$ 70 0° /LF
$ (p013y0 -
2.12.3-H
48" Class III ReP 701*
2,353
LF
S $D,°�/LF
2.12.3-I
7'X 5' Concr. Box Culvert
Pre Cast
140
LF
$-200°^/LF
$ z1,000`
2.12.3-J
8'X 7' Concr. Box Culvert
Pre Cast
140
LF
$ 250,"/LF
$ 35,0oo-
2.12.3-K_,-,,1
9'X 7' Concr. Box Culvert
Pre Cast
35
LF
$q0o,°=/LF
$ /Y,,000-
2.12.3-L
5'X 4' Concr. Box Culvert
Pre Cast
195
F
$ 130 U/LF
$ 25�350`
SP-44.A
Remove 12" Culvert
3
EA
$ 11$,t-*/EA
$ 3H5"'
SP-44.B
Remove 15" Culvert
3
EA
$ 11$,t'/EA
$ 3Ys'
SP-44.0
Remove 18" Culvert
10
EA
$ 90,°-/EA
$ 900'
SP-44.D
Remove 24" Culvert
4
EA
$ 13S.2-' /EA
$ 5qo
SP-44. E
Remove 30" Culvert
3
EA
$ 11f5, °= /EA
$ Jf 35
SP-44.F
Remove 36" Culvert
1
EA
$ 2706 /EA
$ 270
SP-44.G
Remove 60" Culvert
4
EA
$ 300.4° /EA
$ 1/200 "'
SP-44.H
Remove 72" Culvert
1
EA
$500.%-*/EA
$ 5'00"
SP-44. I
Remove 78" Culvert
1
EA
$ 550. °,/EA
$ S $0 -
7.6.A
6'X 6' Type Y inlet
2
EA
$2,500,°M/EA
$ 5,000-
8.15-A
Grouted Rip Rap Type A
511
CY
$ (0g,°%/CY
$ 3yj7y8
8.15-B
Concrete Rip Rap
90
SY
$ 23,°-=/SY
$ 2,010 -
3.10.3
Seeding
60,000
Sy
$ 0I-t/SY
$ $,'i00`
P - 7
Ryan Road Paving and Drainage (Alternate Bidt
BID TABULATION SHEET
WORK DAYS 95
BID NO. 1633_
PO NO.
ITEN..
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
SP-10
Rock Excavation
50
CY
$ ZS /CY
$ 112 5 0 -
SP-37
Excavation Protection
3,335
LF
$ 1°= /LF
$ 3,335
SP-39
Project Signs
2
EA
$$oo.O° /EA
$ V00-
SP-46
Soil Retention Blanket
12,150
SY
$ /,oa/BY
$ 12 150-
7.6.B
6' x 6' Junction Box &
Cover
1
EA
$ 76ou°=/EA
$ 2,500-
7.6.0
10' x 3' Special Inlet
2
EA
$ ?,Soo.00/EA
$ 5, 0ou -
2.11.5
Inlet Frame 6 Cover
4
EA
$ 200."/EA
$ S00 -
Material 6 Labor
Incorporated into Project
$
ZS I 000
Other
$ 545126 z
TOTAL
$ % ]0� 2 (o� LS
P — B
BID SUMMARY
RYAN ROAD PAVING AND DRAINAGE
1. Base Bid
2. Additional concrete Rip Rap
3. Alternate Bid
Al2
so s 41(. 14.3
5 g 35,�S0-
95 S 970, Z G I
* If the Base Bid is awarded including the Additional Concrete Rip Rap, 5 work
days will be added to the contract so the total will be 85 days. If the
Alternate Bid is awarded, additional concrete rip -rap will not be added.
8 - 2
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
endorse-ments 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
AFF006RA
REVISED 08/02/93 CI - 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:
•• Name as additional insured the City of Denton, its Officials,
Agents, Employees and volunteers.
• • That such insurance is primary to any other insurance available to
the additional insured with respect to claims covered under the
policy and that this insurance applies separately to each insured
against whom claim is made or suit is brought. The inclusion of
more than one insured shall not operate to increase the insurer's
limit of liability.
• All policies shall be endorsed to provide thirty(3O) days prior written
notice of cancellation, non -renewal or reduction in coverage.
• Should any of the required insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout
the term of this contract and, without lapse, for a period of three years
beyond the contract expiration, such that occurrences arising during the
contract term which give rise to claims made after expiration of the
contract shall be covered.
• Should any of the required insurance be provided under a form of
coverage that includes a general annual aggregate limit providing for
claims investigation or legal defense costs to be included in the general
annual aggregate limit, the contractor shall either double the occurrence
limits or obtain Owners and Contractors Protective Liability Insurance.
• Should any required insurance lapse during the contract term, requests
for payments originating after such lapse shall not be processed until the
City receives satisfactory evidence of reinstated coverage as required by
this contract, effective as of the lapse date. If insurance is not
reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse.
AFP006EA CI - 2
REVISED O8/02/93
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:
[A A. General Liability Insurance:
General Liability insurance with combined single limits of not less than _
i.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 coverages.
• 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 (XCLI) exposures.
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
AFF006BA
REVISED 08102/93 CI - 3
Insurance Requirements
t
Page 4
bd Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than 1,000,000 either in a single
policy or in a combination of basic and umbrella or excess policies. The policy
will include bodily injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for:
• any auto, or
• all owned, hired and non -owned autos.
[a<) Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease. The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured.
[ j Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract. Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance
company that carries the contractor's liability insurance. Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate.
AFF006BA
REVISED 08/02/93 CI- 4
Insurance Requirements
Page 5
[ 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.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value
shall be provided. Such policy shall include as "Named Insured" the City of
Denton and all subcontractors as their interests may appear.
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements. If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications.
AFF006BA
REVISED O8/02193 CI - 5
FROM: SUNMOUNT CORPORATION FRxs 817-648-2203 Jul-20-94 Wed 08:45 PAGES 02
Certificate of Insurance
' THIS C _p'lFICATF. IS I88UFn ABA MATTER OF INFORMATION ONLYANU CONrCn3 NO nnoi ITO UrON YOU TI IC CCnT II'ICAT L I IOLDER. THIN CERTIFICATE 15 NOT AN INSURANCE
a POLICYAND DOCC NOTAMCNO.CXMND•on ALTCTITer COVFRACF AFFORDED 8V T HL POLICIEEURIED NELOW.
..._. ... _.. ... .. ......_.... .........
This is to Certify that
I.... summm rr ICORPORATION Narrleand LIBERTY
P. D. BOX 1770 address of
RaalloxE, 'PRSAS 76262 � - Inured. MUTUAL.b
is. at US issue date or this Cediilloide, insured by the Company under the policy(ies) listed below. The Insurance arorded by the gated policy(tes) is subject to all their terms• exclusions and
wndWom and b not ahered by any requirement, ton or condltlon of any contract or other document with respect to which this certificate may be issued.
AEXP,DATE
i I I CONTINUOUS
TYPE OF POLICY P0UCy E:DTrRM POLICY NUMBER LIMIT OF LIABILITY
WORKERS COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY
COMPENSATION 5/30/95 WC2-611-004030-094' LAW OF THE FOLLOWING STATES: Bodily injury6y Accident
GENERAL LABILITY
5/30/95
i% OCCURRENCE
CLAIMS MADE IRETROr DATE...--...
i
.-.-......... i
AUTOMOBILE LIABILITY
�C OWNED
5/30/95
:X NON -OWNED
LX HIRED
i WC1-611-004030-084' STATES EXCE
$500,0_00
Accident
' RI
Badly Injury By
—
$500,000
Policy
Limit
. I
.. ............ .._
� Bpdiy Injury By Diraase
.._......_._
'
$SOO,OOD
Each
__
Person
.. _..._...... .. _.._.�_—..__—_. _ .. ...
' I General Aggreplo - Other than Producisrompleted Operation
i
oduF�
Ref-611-004030-104' a PNted Operations Aggregate
$2,000,000
. ecddy Injury and Property Damage Liability
Per
$2 000 000
eccurreee
Pergpriel as l AdveRlsing Injury
Per PemaV
I
Organ¢Nion
Other ---.. _..........
Other
:AS2-611-004030-114
.COMMENTS
COVERS ALL WORK PERFORMED BY THE
NAMED INSURED IN THE CONTINENTAL UNITED STATES
Each Accident - Single Limit
$2 000,,000 — B.1.and P•D.Combried
,Each Accident a Occurrence
Each Axjdeltt or Occurrence
i Ryan Road Drainage and Paving girl No. 1633 -City of Denton ADDITIONAL INSURED: CITY OF DENTON
*If the certificate, a nation date roc Continuous or extended tern, you will be notified S coverage is terminated or reduced before the certificate expiration date. I towever,
you Will not bo notiffod of fhc continuation of Coverage.
SPECIAL NOTICE-OHIO: ANY PERSON WHO. WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A
FRAUD AGAINST AN INSURER• SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE Liberty Mulust
STATEMENT 19 GUILTY OF INSURANCE FRAUD. Iaeuram:e Group
NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS 16 ENTERED BELOW.) BEFORE THE STATED PxPtRATION DATE
THE COMPANY WILL NOT CANCEL OR REDUCE THE INBUMNOE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS
NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO:
City of Dentona �-•� __
HOLDER 901-B Texas Street AIITMORI2ED REPRESENTATIVE
Denton, TX 76201 07-19-94 WALLINGBORD, CT
DATE ISSUED .._ .... _. —_.._......OFFICE..-..-. - -
Thin celleluM Isom ruled by UaCnrY MUTUAL INGUCANCC CnOVP 00 M,Pnmf mien h2amnac as banordod by Th000 Companion
JUL 20 '94 07:49 917 648 2203
PRGF.002
0O 2'r2L
NOV 9 '94 10:23 FROM COD 617 363 7302 TO 919044384676 PAGE.005i011
THE STATE OF TEXAS
COUNTY OF DENTON
MAINTENANCE BOND
5
5
KNOW ALL MEN BY THESE PRESENTS: That SUNCOAST 3111
International, Inc. as Principal, and Washington International Insurance
Compai
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 NIBS TaousAND STx HUNDRED SEysNTr FOUR and 19/100----
Dollars ($9.674_19 ), 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 SUNCOAST ENVIRONMENTAL International, Inc.
has this day entered into a written contract with the said City
of Denton to build and construct BID $ 1654-COOM CREEK HUMOLE
iEHABILITATION PHASE II
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
NOV 9 '94 10:23
FROM COD 817 363 7302 TO 919044384678 PAGE.006i011
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 Suncoast Environmental International,
Inc.
as Contractor and .Principal, has caused these presents to be
executed by
and the said Washington International Insurance Company
as surety, has caused these presents to be executed by its
Attorney -in -Fact Lewis Donald Rushing
and the said Attorney -in -Fact has hereunto set his hand this 9th
day of November 1994
SURETY:
Washington International Insurance Comp y
Lewis Donald Rushing
Attorney -in -Fact
PRINCIPAL:
--oast Environmental International,
Inc.
Ole—& oA�
Countersigned:
Tracy D. u ker
Tucker Agency, Inc.
Ft. Worth, TX
AAA0184D
MB - 2
General
WASHINGTON INTERNATIONAL INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and
existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumburg,
Illinois, does hereby constitute and appoint
* GILBERT OSWALT BENNETT, ROBERT HARRIS DIXON, ROBERT CORLEY MCLENDON, ALAN DOUGLAS MOORE AND LEWIS DONALD RUSHING *
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,
which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and
the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington
International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly
executed and acknowledged by its President at its principal office.
This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted
March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows:
1. The President may designate Attorneys - in - Fact, and authorize them to execute on behalf of the Company, and
attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other
writings obligatory in the nature thereof, and to appoint Special Attorneys - in - Fact, who are hereby authorized to
certify to copies of any power -of -attorney issued in pursuant to this section and/or any of the By -Laws of the
Company, and to remove, at any time, any such Attorney- in - Fact or Special Attorney - in - Fact and revoke the authority
given him."
2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer
and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or
undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing
such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding
upon the company.
IN TESTIMONY NHE ,,4�MdDBfi on International Insurance Company has caused this instrument to be signed and its
corporate seal JL•lilai�y7g•.i9e4•• 0oauthorized officer, "s 9th day of August, 1993.
Aw
®AN•. '•Gq�91
® t CORPORATE•: ZOO WASH RNATI INSURANCE COMPANY
°s* �SEAL ;mo
o
r ' Steve ndarson, Vice President
ARIZONA ; moo® P.
STATE OF ILLA�Cy_(y"��`o'�aZl s
COUNTY OF COOK
On this 9th day of August, 1993, before me came the individual who executed the preceding instrument, to me
personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the
Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said
Company;
IN TESTIMONY WHEREOF, I have he„r&(aPtet my hand and affixed my Official Seal, the day and year first above.
written.
"OFFICIAL SEAL" S
CHRISTINE ZARETSKY
Notary Kills, Stale o1 Illinois Stine 2aretsl N tary Pu is
MY committ0a Exp rat 10-%-96 M Commission Ex fires October , 1996
CERTIFICATE
STATE OF ILLINOIS )
COUNTY OF COOK )
I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY
CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and
furthermore that Article III, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of
Directors, set forth in the Power of Attorney, are n w in force.
Signed and sealed in the County of Cook. Dated t 9th y,of N Y, 19 94.
Lewis M. Moeller, Secretary
F;40M : WES POLSTON INS AGCY
PHONE NO. : 904 263 4484 Oct. 19 1994 05:55PM P01
NAM( AND ADORISS OF AOrNCY
WES POLSTON INSURANCE AGENCY
P.O. BOX' 594
GRACEVILLE, FL 32440
' ANU AUUNI LL OI INSUNI II
SUNCOAST ENVIRONMENTAL INTERNATIONAL, INC
907 ORANGE HILL RD.
CHIPLEY, FL 32428
COMPANIES AFFORDING COVERAGES
COMPANY A BANKERS A SHIPPERS INSURANCE CO.
LEnEn
COMPANY 13 BURLINGTON INSURANCE COMPANY
LnuR
COMPANY C USFAG INSURANCE COMPANY
unto
t:nWPANY D
u AIR
clomPA Y E -..
Tlils is to corlltyy Ihe! WW1cILi! of Inlurenee listed bellow MYaGFenTFfuld to'1M insured nemetl abeVe eP are n rce a this One. otw hnen Ingeg eny'rovvu�roment, ter -fir
document WHO respect to which this certificate may be Issued w may the Idsumnes afforded by the Pelltka deserlhell herein Is Subject le AI the
of any ton07d or other pertain,
terms, eXduelons and conditions of such p racles,
-- ... ....... .....
COMPANY
POLICY-
Limits p R
TTTEODNO
f �-
_-
1 CH tx:unncL
xln
AGGRr9tlr
_
tITnp
TYPE Of INAuxANCr
GENERAL LIABILITY
PDnr,Y NUMn[R
rxrmATmN Dan
bUlJnv IN.IIIRV
{
f
I1��11
"f-oMrm.11LNSIVL IOIIM
B
®PHIMISIS OPERATIONS
B-164M237
r!
03-04-95
PROPERTY DAMAGE
f
f
❑[%PLOSION AND COEJAPST
IINAIID
❑
--- ---•
-
UNDr.AGROUND IIA[ARl1
B
NKIIRx:1R/T.OMM rTCD
IRAIII) IMEMD
a It a
It IT n
B
ryry77 0 .
Lp CNINACIOAl INSURANrr
a to 0
a a 0
POOR Y INJURY AND
PROPtRTYnAMAOr
f 1000,
If 1000,
B
®OROAD ronM PIIOPiIt,Y
e n R
11 N N
COMBINED
DAMAGE
INDIP1NDrM CONTRACTORS
Pr R%ONM IN,AIRY
i
1❑1�ll
1-J PIRSONAL INAmV
..
AUTOMOBILE LIABILITY
BODILY INJURY
f
(tacHPEmoro
COMPREHENSIVE IOHM
90pILYI URY
f
A
OWNED
CFL-0380154-0
06�-08-95
ItRCH ACCI NTI
PROPEmYbAMAGE
y '
AIRED
NON -OWNED
�
ROOIIYINJORY AND
rpOrtmYOAMaa[
CAn
f ,
BODILY INJURY AND
❑ UMBRELLA rortM
f
t
❑
PR)PEmTDAMAGE
OTIIrffTIIANUMOREILA
COMBINED
ronM
Y...._...-
..
WORKERS' COMPENSATION
--__._.............._...... ..__..
STATUTORY
C
and
7907724945
08�11�95
f 100,
EMPLOVERS' LIABILITY
rtAcxA[cnn
SEWER SYSTEMMANIIOLE RE -CONDITIONING AND INSTALLATION, WITH LINER MFG.
Cancellationt Should any of the above descjbhod policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail T days written notice to the below named certificate, holder. but failure to
mail such notice shall Impose no obligation or liability of any kind upon the company.
AS CERTIFICATE HOLDER AND ADDITIONAL INSURED
nnMt ANDAtmlltasar c[mn¢an uDLDtn:
CITY OF DENTON, ITIS OFFICERS, AGENTS, DATE Balrco._
EMPLOYEES, AND VOLUNTEERS
901-A TEXAS ST_
DENTON, TX 76201 NORI[CD R[PRCSFNIATNC
Texas Department of Transportation
Pomt D-15-129 Rev. 9/91
Agreement to Contribute Funds
(City Form)
THE STATE OF TEXAS ) Contract No.
County Denton
COUNTY OF TRAVIS } Federal Project No.
CS7 No. DI �j5-10- 0 3q
ROW Account No. soi R -I� n l
This Agreement by and between the State of Texas, acting by and through the Texas Department of
Transportation, hereinafter called the State, and The City of Denton
H
Texas, acting by and through its duly authorized official under Ordinance dated the I
day of AP 19 ly , hereinafter called the City, shall be effective
on the date of approval and execution by and on behalf of the State.
WHEREAS, the State has previously requested the City to enter into a contractual agreement
and acquire right of way for a highway project on Highway No. U.S. 380 with the
following oroiect limits:
From:
To:
City of Denton)
WHEREAS, the City has now requested that the State assume responsibility for acquisition of
all necessary right of way for said highway project; and
WHEREAS, the City desires to voluntarily contribute to the State funds equal to ten (10) per-
cent of the cost of the said right of way for the proper development and construction of the State
Highway System;
NOW, THEREFORE, in consideration of the foregoing premises and the mutual benefits to be
derived therefrom, the City shall contribute to the State an amount equal to ten (10) percent of the
cost of the right of way to be acquired by the State and shall transmit to the State with the return
of this agreement, duly executed by the City, a warrant or check payable to the Texas Department
of Transportation in th- -mmint of Seventy Four Thousand Five Hundred and No/1 Dg)ollars
($ 74, 500.00------- imated cost of the right of way,
However, if it is fount /� ity's obligation, then the City,
upon request of the St /C - 0 — at) i such amount as is requested
by the State. Upon cc _ ✓ m the total amount as paid by
the City is more than of way, any excess amount
will be returned to the acquired by the State shall
mean the total value o not limited to utility owners,
for their property inter ` / amain proceedings.
CITY OF DENTON
By:
ME
(-//, (5;'%
?RECOMMENDED:
istrict Enginee
STATE OF TEXAS
g executed for the purpose and effect of
r carrying out the orders, established
. programs heretofore approved and
te, Texas Transpo ation Commission
under the au of Minute 8d 51.3
By.
or of /RightG ay
Date:
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 20 day of
SEPTEMBER A.D., 1994 , by and between
%VVw-ar#72FoT-4-.7w7r*7
of the County of DENTON and State of Texas, acting
through LLOYD V. HARRELL
thereunto duly authorized so to do; hereinafter termed "OWNER," and
SUNCOAST ENVIRONMENTAL
907 ORANGE HILL RD.
CHIPLEY, FLORIDA 32428
of the City of CHIPLEY , County of WASHINGTON
and State of FLORIDA , 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 bearing even
date herewith, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 1654 - COOPER CREEK MANHOLE -REHABILITATION PHASE II in the amount of
96.741.90.
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
CA - 1
• all maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, and the Specifications
therefore, as prepared by CITY OF DENTON WATER ENGINEERING STAFF
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:
ATTEST:
15�J
PRINTED NAME
APPROVED AS TO FORM: (SEAL)
�.I. &'00'F-'-'!P
AAA0184D
Rev. 07/28/94
CA — 3
NOU 9 '94 10:22 FROM COD 817 383 7302 TO 919044384678 PAGE.001i011
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF
KNOW ALL MEN BY THESE PRESENTS: That —auffC= ENlgommmL
International, Inc. of the City of CHIPLEY
County of WASEINGPON / , and State of FLORIDA
as PRINCIPAL, and Washington International 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 CITY OF DENTON
as OWNER, in the penal sum of NIFTY six THOIISAND SEVEN HONDitm FORTY ONE
and 90/100-- - Dollars ($ 96,741_90 ) 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 20 day of SEeTEmm ,
19 94, for the construction of BID # 1654 - COOPER CREEK MANHOLE
REHABILITATIOH PHASE II
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
NOU 9 '94 10:22 FROM COD 817 363 7302 TO 91904438467E PAGE.002i011
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 9th day of November
19 94 '
st Environmental International, Inc
Principal
Address:
907 Orange Hill Rd.
Chipley, FL 21318
(SEAL)
Washington International Insurance
r�M
Surety
] ewes o1onnaus i g
Title Attorney -in -Fact
Address:
1930 Thoreau Dr., Suite 101
Schaumburg, IL 60173
(SEAL)
name and /4ddress of the Resident Agent of Surety is:
Tracy D.(Tucker
Tnrkpr Agpnrr�7, Tno_
Ft. Worth, TX
NOTE: Date of Bond must not be prior to date of Contract.
AM0184D
PB-2
NOV 9 '94 10:23 FROM COD 817 383 7302 TO 91904430467E PRGE.003i011
c
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON§
KNOW ALL MEN BY THESE PRESENTS: That SUNCOAST ENPIR NNEN!AL
International, Inc. of the City of CHIPLEr
County of and the State of Frogc+,
as principal, and Washington International 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
90/100 --
uTNW STx isms Dollars ($ 96.741.90 )
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 20 day of sEPTEzazR
19 94 .
BID # 1654-COOPER CRBEg 120OUOLE REHABILITATION PEASE II
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying labor
and material to him or a subcontractor in the prosecution of the
work provided for in said contract, then this obligation shall be
void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the.provisions of the Texas Government Code, Chapter 2253 (Vernon,
as currently amended), and all liabilities on this bond shall be
determined in accordance with said provisions to the same extent as
if they were copied at length herein.
PB - 3
NOU 9 '94 10:23 FROM COD 817 383 7302 TO 91904438467E PAGE.004i011
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 9th day of November
19 94
Suncoast Environmental International, Inc.
Principal
.0 J
By
Title��i���
Address:
907 Orange Hill Rd.
Chipley, FL 21318
(SEAL)
name and address of
Tracy D. TfCKer
Tucker Agency, Inc.
Ft. Worth, TX
Washington International Insurance
Compan
Surety
/-�'
Lewis Donald Rushing
Title Attorney- in -Fact
Address:
1930 Thoreau Dr., Suite 101
Schaumburg, IL 60173
(SEAL)
Resident Agent of Surety is:
AAA0184D
PB - 4
General
WASHINGTON INTERNATIONAL INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and
existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumburg,
Illinois, does hereby constitute and appoint
* GILBERT OSWALT BENNETT, ROBERT HARRIS DIXON, ROBERT CORLEY MCLENDON, ALAN DOUGLAS MOORE AND LEWIS DONALD RUSHING *
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,
which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and
the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington
International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly
executed and acknowledged by its President at its principal office.
This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted
March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows:
1. The President may designate Attorneys- in - Fact, and authorize them to execute on behalf of the Company, and
attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other
writings obligatory in the nature thereof, and to appoint Special Attorneys- in - Fact, who are hereby authorized to
certify to copies of any power -of -attorney issued in pursuant to this section and/or any of the By -Laws of the
Company, and to remove, at any time, any such Attorney - in - Fact or Special Attorney- in - Fact and revoke the authority
given him."
2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer
and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or
undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing
such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding
upon the company.
IN TESTIMONY wHE ��qq��IMNelli6i on International Insurance Company has caused this instrument to be signed and its
corporate seal•y'a�g•••• authorized officer, -s 9th day of August, 1993.
® �,• ., owes
• • WASH RNATI INSURANCE COMPANY
o CORPORATE : z o.
eoe SEAL ;rm
e@r�,f� `.• ARIZONA� a0 i Steve P. Anderson, Vice President
/ •••.....•' V o
STATE OF ILLIN S�.(y!s
COUNTY OF COOK
II�a�n)`ii''®���®a��o
On this 9th day of August, 1993, before me came the individual who executed the preceding instrument, to me
personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the
Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said
Company;
IN TESTIMONY WHEREOF, I have hereVq, ofet my hand and affixed my Official Seal, the day and year first above.
written. ....`/--/-'"i�J�
"OFFICIAL SEAL" S
CH.R."TINE ZARETSKY
Notary Pu'alit. Stele o1 Illinois (( istine 2aretsl ,Notary Pu is
My Comm]tso6 E%pirat 10•% 96 1 M commission Ex fires October , 1996
CERTIFICATE
STATE OF ILLINOIS )
COUNTY OF COOK )
I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARI20NA Corporation, DO HEREBY
CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and
furthermore that Article 111, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of
Directors, set forth in the Power of Attorney, are /nyw in force. ''v6/,/��y]/ypo-
Signed and sealed in the County of Cook. Dated�t> =�� gq�of � 7tj
Lewis M. Moeller, Secretary
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 5 day of
JOLY A.D., 19 94 , by and between
THE CITY OF DENTON
of the County of DENTON and State of Texas, acting
through LLOYD V. HARRELL
thereunto duly authorized so to do, hereinafter termed "OWNER," and
460 S. BELTLINE, .#430
TEXAS 75060
of the City of IRVING , County of
uT =,L,
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 bearing even
date herewith, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 1634 - ASBESTOS ABATEMENT ELECTRIC PRODUCTION PLANT in the amount of
$19,99B.00.
and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement; and at his (or
their) own proper cost and expense to furnish all materials,
supplies, machinery, equipment, tools, superintendence, labor,
insurance, and other accessories and services necessary to complete
the work specified above, in accordance with the conditions and
prices stated in the Proposal attached hereto, and in accordance
with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids),
Instructions to Bidders, and the Performance and Payment Bonds, all.
attached hereto, and in accordance with the plans, which includes
CA - 1
all maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, ar;d the Specifications
therefore, as prepared by THE CITY OF DENTON ELECTRIC PRODUCTION
DEPARTMENT
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, workerfs
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
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day,,first above written.
Baal "
417
ATTEST
APPROVED
AS TO %FORM:
City Attorney
AAA0184D
(SEAL)
H.P. ENVIRO VISION INC.
CONT
e
(SEAL)
CA - 3
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
endorse-ments 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 „-Quilities 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
AFF006BA
REVISED 08/02/93
Insurance Requirements
Page 2
4
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.
AFF006BA
REVISED 08/02/93
Insurance Requirements
Page 3
4
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:
[]d A. General Liability Insurance:
General Liability insurance with combined single limits of not less than _
Sl,000,omshall 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—cess 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 coverages.
• 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 (XCLI) exposures.
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
AFF006BA
REVISED 08/02/93
Insurance Requirements
Page 4
bd Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $1,000,000 either in a single
policy or in a combination of basic and umbrella or excess policies. The policy
will include bodily injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for:
• any auto, or
• all owned, hired and non -owned autos.
Ld 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, $10O,000 per each employee, and a $5O0,000 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.
[ j Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract. Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance
company that carries the contractor's liability insurance. Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate.
AFF00611A
REVISED 08/02/93
Insurance Requirements
Page 5
[ 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.
[) 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.
** GENERAL LIABILITY MAY NOT EXCLUDE ASBESTOS COVERAGE, OR A SEPARATE POLICY
FOR ASBESTOS LIABILITY MOST BE ATTAINTED. **
AFF006RA
REVISED 09/02/93
BID NUMBER
1634 ADDENDUM BID PROPOSALS
City of Denton, Texas 901•B Texas St.
Purchasing Department Denton, Texas 76201
Page 2 of 2
ITEM
DESCRIPTION
OUAN.
PRICE
AMOUNT
1.
SUPERVISOR (TIME AND MATERIALS) PER MAN HOUR (10 HR DAYS)..
200 HR
$ 35.00
$ 7,000.
PER HOUR
1A.
SUPERVISOR (TIME AND MATERIALS)(OVER 10 HOURS A DAY).......
20 HR
$ 40.00
$ 800.0
PER HOUR
2.
ABATEMENT TECHNICIAN (TIME AND MATERIALS) PER MAN HOUR
600 HR
$ 30.00
$ 18,000
PER HOUR
(10 HOURS A DAY) ...........................................
2A.
ABATEMENT TECHNICIAN (TIME AND MATERIALS) (OVER 10 HOURS A
20 HR
$ 36.00
$ 720.0
DAY) .......................................................
PER HOUR
3.
ABATEMENT TECHNICIAN (CAPABLE OF CUTTING AND WELDING 1/4"
200 HR
$ 35.00
$ 7,000.
METAL SHEETING (TIME AND MATERIALS) PER MAN HOUR (10 HOURS
PER HOUR
ADAY) .....................................................
3A.
ABATEMENT TECHNICIAN (TIME AND MATERIALS)(CAPABLE OF
20 HR
$ 45.00
$ 900.0
CUTTING AND WELDING) (OVER 10 HOURS A DAY) .................
PER HOUR
4.
MOBILIZATION; PER OCCURRENCE ..............................
20 EA
$ 150 EA
$ 3,000.
5.
DISPOSAL, PER CUBIC YARD ..................................
80 CY
$ 26 CY
$ 2,080.
6.
AIR MONITORING TECHNICIAN (TIME AND MATERIALS 13 TEST PER
200 HR
$ 35.00
$ 7,000.
PER HOUR
DAY) (10 HOURS A DAY) .....................................
6A.
AIR MONITORING TECHNICIAN (TIME AND MATERIALS) (OVER 10
20 HR
$ 40.00
$ 800.0
PER HOUR
HOURS A DAY) ..............................................
7.
BULB SAMPLES ANALYSIS, PER EACH ...........................
100 EA
$ 15.00
$ 1,500.
PER HOUR
8.
SCAFFOLDING, PER TIER, PER OCCURRENCE .....................
1 EA
$ 50 EA
$ 50.00
9.
CONTRACTOR SUPPLY CUTTING TORCH (APPLING TO 3 and 3A)
1 EA
$ 100 EA
$ 100.00
PER OCCURRENCE ............................................
TOTALS
48,950.0
We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in ONE days from receipt of order. Terms net/30
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a
reasonable period of time constitues a contract. The completed Bid Proposal must be properly priced, signed and returned.
460 S. Beltline, #422
Mailing Address
Irving, Texas 75060
City State Zip
(214) 399-0068
TW,,,h�-
HP iroVis on I
Bidder
Signature
Thomas Palet, President
Till,
Wausau Insurance Companies WAUSAU
Certificate of Insurance NATIONWIDE°INSURANCE GROUP
This is to certify that the insurance policies (described below by a policy .umber) written on In. in use by the company have been issued. This certificate is not . policy or a binder of
insurance and does not in any way alter, emend or extend the coverage afforded by any policy referred to herein. -
Name and Mailing Address of Insured
HP ENVIROVISION INC Producer No.: 0907/1
460 S BELTLINE RD # 430 Issuing Office: Dallas
IRVING TX 75060 Issuing Date: 8-8-94
Region: DAL
Type of Inauranm
CO.
NO.
Policy Number
Policy Flfeclive
Ds]e (MO/DA/YR)
Policy Fapiraliov
Dal. (MO/DA/YR)
Workers
Compensation * a
2
1614-00-604957
11-6-93
11-6-94
Liability Limits 1. Thousands (000 emitted)
Commercial Gmeral
Liability
Commercial Package or
Trademark (Section D only)
❑ Claims Made ❑ Occurrence
Produce - Completed Operations: ❑ Included ❑ Excluded
General Aggregate
$
Products & Comp./Ops. Aggregate
$
Personal & Advertising Injury
$
Each Occurrence
$
Fire Damage (Any One Fire)
$
Medical Expense (Any One Peron)
$
Owner & Commetera
Protective
Aggregate
$
Each Occurrence
$
Auto Liability
❑ All Owned Autos
❑ Specified Auto. Only
❑ Hired Aube
❑ Nmawned Aums
Single Limit - Each Accident
$
Bodily Injury
Each Person
$
Each Accident
$
Property Damage
Each Accident
$
Umbrella
liability LJ
General Aggregate
$
Products/Comp. Ops. Aggregate
$
BI & PD Fach Occurrence
$
Pesonal & AdveAuing Each Peron
$
Retentic.
$
TEXAS SPCL PROV
$1 000 000 h
$1,000,000 disease — policy lital
/$1 000 000 dh 1 ram
ampvyee
Sports] ProviaimiWne/Specified Aurae: IF THE POLICY DESCRIBED IS CANCELED DURING ITS 'TERM
BENT TREE INS AGENCY BY THE COMPANY, THE COMPANY WILL MAIL 30 DAYS NOTICE
15851 DALLAS PKY # 865 OF CANCELLATION BEFORE THE EFFECTIVE DATE OF SUCH
DALLAS TX 75248 CANCELLATION TO THE PARTY ISSUED THE CERTIFICATE OR
SUCH OTHER PERIOD AS AUTHORIZED BY LAW.
Irlcludep Wai—n of Suhiogatinn
Notwithstanding any requirement, term or condition of my contract or other document with respect to which Otis certificate may be issued or may pertain. the insurance afforded by the
policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (policies) during the terms) thereof.
* The entry of a number in this column means that the coverage *Issuing Company No.: 02 EMPLOYERS INSURANCE OF WAUSAU A Mutual Company
dis afforded by the company designatedby the same number. 03 WAUSAU UNDERWRITERS INSURANCE COMPANY
Issued to:
15 WAUSAU BUSINESS INSURANCE COMPANY
07 WAUSAU GENERAL INSURANCE COMPANY
01 WAUSAU LLOYDS
TOM SHAW PURCHASING ( )
CITY OF DENTON
901—B TEXAS ST
DENTON TX 76201
l.«s]b
(S) 90-324 04-93
Signed \ IC„ F -- 'Llco W
—(/✓�/ Authorized Company Representative
68/18/94 10:04 '0214 255 3117 JAY LOWE ST.FARM
CERTIFICATEOF INSURANCE
U002
thIsl9tocertifyow' STATE FARM FIRE.ANDCASUALTYCOMPANY,Bloomington, Illinois
' STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois
has in force for .HP Lnvirovisiont Tuc•
. Nenieof aev�ynema
460 S. Beltline Road #422
AtlaRss al P01 &I'hdder
Irving, Tx 75060-2194
focetion, of operationA-
the following coverages forthe periods and limits indicated below-
' - POLICY NUMBER TYPE OFINSURANCE POLICY PERIOD LIMITS OF LIABILITY
(effjeV4 11
❑ Corepreheceive
General Liability
❑ Manufacturers' and
000teaetors' Liability
.❑ Owners'.Landordarghd
'fenants' Uablity
inauranmeinafudes
If Indicated by QQ) Q PRODUCTS -COMPLETED OPERATIONS
❑ OWNERWOR CONTRACTORS' PROTECTIVE LIABILITY
❑ 'CONTRACTYALUASILiTY
G31 OM B27 43
u Ll� L
Liahrlity
4
11
❑ Dual Limits far.
F=h 0009=00 S
.Aggregate S
Each occamence S
Aggregate' $
❑ Combined Single Limit l0r_
Each Oecumence S_
Aggregate 3 _
CONTRACTUAL LIABILITY LIMT15
Of dlfferard thanabavei
Each Occurrence 5 _
Each Ooau renoe S
Aggregate $
SODILYINJURY
PROPERTY DAMAGE
SODILYINJURYAND
PROPERTYDAMAGE
BODILYINJURY
PROPERTYDAMAC-E
.. Wcrfaneres(Workms Cortr I II
.peae�do-Cova2geA Coverage sTATDTORY
❑ Empieyer'stlability (.gya,g $
Covetage8
.Aggregate nolapplieable ifOwners'.Landlords'and Tenants'Llabllty 108ura11ee ezeludesstmeWral alterations, neweonstrr lion crdemelfdan..
THECEATIFICATEOF INSURANCEIS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATPIELY
AMENDS, EXTENDS OR ALTERSTHE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN.
B0=1- 10000 000/1 s000,000
PROPMTY DAPFAGE — 1s,000,000
Coverage includes hired And non —owned coverage
coverage includes a'30 dap natice for cancellation or non--reffilL
d iL YE
City of Denton added as additional named insured Tlq;E FARM AGE
NAMEAND ADDRESS OFPARTYTO WHOM 340-t W. AMPORZI MO I-#22t0
CGFMf1CATEIS.ISSUm IRVING, TEXAS 75052
(214) 26H1:1 city ai Renton ..
attn: Tom Shay a
901 B 'texas Street
'1 Dekta i; Tx' . 76201, _ ' Slgrm�l mf -Aepr�+mtaMe
L _ Title
r.51
AUG 18 '94 10:15
214 255 3117
PAGF.002�
1
A_1:olu CERTIFICATE''OF,WSIJ�
a....._. ...�...... �1.�.
&i (. _ .._ .....�o,.
=Eif ` Y' j7°i3 9a°m ,
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
PRODUCER
BENTWOOD SURPLUS LINES AGENCY
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
15851 DALLAS PKWY #865
HOLDER. THIS 'CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
DALLAS, TEXAS 75248
COMPANIES AFFORDING COVERAGE
COMPANY
BENT TREE INS. AGENCY 214 991-2145
A CREDIT GENERAL INSURANCE COMPANY
INSURED
COMPANY
H.P. ENVIROVISION, INC.
B
460 S. BELTLINE RD. #422
COMPANY
IRVING, TEXAS 75060
C
COMPANY
D
LCOVERAGES, rr *3jj � �• -I
i '
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICYEFFECTIVE
DATE (MWDD/YY)
POLICY EXPIRATION
DATE (MMIDDA'Y)
LIMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
$
PRODUCTS-COMP/OP AGO
$
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
AAB194-329-02
7-15-94
7-15-95
PERSONAL A ADV INJURY
$
EACH OCCURRENCE
$
OWNER'S ACONT PROT
FIRE DAMAGE (Any one fire)
$ 50,000
MED EXP (Any one person)
$ 5,000
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
E
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULEDAUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE
LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
STATUTORY LIMITS
EMPLOYERS' LIABILITY
EACH ACCIDENT
$
DISEASE POLICY LIMIT
$
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
DISEASE - EACH EMPLOYEE
$
OFFICERS ARE: EXCL
I
OTHER CITY OF DENTON,
ITS OFFICIALS, AGEN
S, EMPLOYE
S AND VOLUNTEERS
ARE ADDED
AS ADDITIONA
INSURED, BUT ONLY AS RESPECTS
TO
WORK PERFO
D BY THE INSURED.
FORM #CG02051185,
TEXAS CHANGES-AME
MENT OF C
CELLATION
PROVISIONS OR COVERAGE CHAN
DESCRIP 1ON OF OPERATIONSILOCATIONSNEHICLESSPECIAL ITEMS 15 ATT= .
POLICY COVERAGE IS PRIMARY SUBJECT TO TERMS AND CONDITIONS OF
FORM#CG00011188, SECTION IV (4)
CERTIFICATE HOLDER ._ _
.CANCELLATION
CITY OF DENTON
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
901-B TEXAS STREET
DENTON, TEXAS 76201
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
ATTN: PURCHASING DEPARTMENT
OF ANY K UPON THE OATPAN S AGENTS OR R ESENTATIVES.
AUTHORIZED R RESENTATIVE
ACORD 25S (3/93)
o ACORD CORPORATION 1993
POLICY NUMBER: AAB194-329-02 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS CHANGES -AMENDMENT OF CANCELLATION
PROVISIONS OR COVERAGE CHANGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage
Part, we agree to mail prior written notice of cancellation or material change to:
SCHEDULE
1. Name: CITY OF DENTON
2. Address: 901—B TEXAS STREET, DENTON. TEXAS 76201
3. Number of days advance notice: THIRTY (30)
CG 02 05 1185 Copyright, Insurance Services Office, Inc., 1984
CONTRACT AGREEMENT
STATE OF TEXAS S
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this
JULY
THE CITY OF DENTON
A.D., 19 94 , by and between
5
day of
of the County of DENTON and State of Texas, acting
through LLOYD V. HARRELL
thereunto duly authorized so to do, hereinafter termed "OWNER," and
DICKERSON CONSTRUCTION INC.
P.O.. BOX
CELINA, TEXAS 75009
of the City of CELINA , County of
COLLIN
and State of TES , 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 bearing even
date herewith, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 1632 - UPGRADE WATERLINE in the amount of $ 933,439.75
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
CA - 1
f
all maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, and the Specifications
therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT
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
i
(SEAL)
ATTEST:
DICKERSON CONSTRUCTION
CONTRACTOR
�� By- ZPQ F.1
Title
(SEAL)
AAA0184D
CA - 3
I
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 1 (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.
BOND NO. 200507
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
COMPANY, INC. , of the City of CELINA
County of COLLIN , 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 CITY OF DENTON
as OWNER, in the penal sum of NINE HUNDRED THIRTY THREE THOUSAND FOUR
HUNDRED THIRTY NINE and 75/100----- Dollars ($ 933,439.75 ) 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 9i day of JDrs ,
19 94_, for the construction of HID #1632 - UPGRADE WATERLINE in the
amount of $933,439.75
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.
E�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 5TH day of JULY
19 94 .
DIMMSON CONSTRUCTION COMPANY, INC.
Principal
By
_._e+s;�
LEWISDICKERSON
Title PRESIDENT I
Address: P.O. BOX 181
CELINA, TEXAS 75009
(SEAL)
HARTFORD CASUALTY INSURANCE COMPANY
Surety
Title ATTORNEY -IN -FACT
Address: P':O. BOX 4611
HOUSTON, TEXAS 77210
(SEAL)
The name and address of the Resident Agent of Surety is:
_.SEY 6 ASSOCIATES SURETY/INSURANCE AGENCY, INC.
8810 WILL CLAYTON PKWY., STE. C, HUMBLE,TEXAS 77338
NOTE: Date of Bond must not be prior to date of Contract.
AAA0184D
PB - 2
BOND NO. 200507
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
COMPANY, INC. of the City of CELINA
County of rnl.I.rN 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
NINE HUNDRED THIRTY THREE THOUSAND FOUR HUNDRED BTY pplaINrs 913,43975 ZT�
75/100
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 JUIX
19_94
BID # 1632 - UPGRADE WATERLINES in the amount of $933,439.75
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.
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 5TH day of JULY
19 94 .
DICKERSON CONSTRUCTION COMPANY, INC.
Principal
By
LEWIS DICKERSON
Title PRESIDENT
Address:
P.O. BOX 181
CELINA. TEXAS 75009
(SEAL)
HARTFORD CASUALTY INSURANCE COMPANY
Surety
e/krux oL. may,
EDWARD L. MOORE
Title ATTORNEY -IN -FACT
Address: P.O. BOX 4611
HOUSTON, TEXAS 77210
(SEAL)
The name and address of the Resident Agent of Surety is:
ELSEY 6 ASSOCIATES SURETY/INSURANCE AGENCY, INC.
8810 WILL CLAYTON PKWY., STE. C, HUMBLE, TEXAS 77338
AAA0184D
PB - 4
MAINTENANCE BOND
BOND NO. 200507
THE STATE OF TEXAS
COUNTY OF DENTON
0
0
KNOW ALL MEN BY THESE PRESENTS: 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 NINTY THREE THOUSAND THREE HUNDRED FORTY THREE and 98/100
Dollars ($ 93,343.98 ), 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 DICKERSON CONSTRUCTION COMPANY, INC.
has this day entered into a written contract with the said City
of Denton to build and construct BID # 1632 - UPGRADE WATERLINES
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.
IN WITNESS WHEREOF, the said DICKERSON CONSTRUCTION COMPANY, INC.
as Contractor and Principal, has caused these presents to be
executed by LEWIS DICKERSON, PRESIDENT
and the said HARTFORD CASUALTY INSURANCE COMPANY
as surety, has
Attorney -in -Fact
caused these presents to be executed by its
EDWARD L. MOORE
and the said Attorney -in -Fact has hereunto set his hand this 5TH
day of JULY , 19 94
SURETY:
HARTFOORD CASUALTY IINSURANCE COMPANY
BY:_TiG� OL-
EDWARD L. MOORE
Attorney -in -Fact
AAA0184D
MB - 2
PRINCIPAL:
DICKERSON CONSTRUCTION COMPANY, INC:
BY: O
LEWIS DICKERSON
PRESIDENT
HARTFORD CASUALTY INSURANCE COMPANY
EXECUTIVE OFFICE Hemord, 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
RONALD E. ELSEY, BRUCE C. DeHART, EDWARD L. MOORE, REGINA M. CARTER and
ROSALYN D. HASSELL of HUMBLE, TEXAS
Its true and lawful Attomey(s)-in-Fact, with full power and authority to each of said Atiomey(s)-in-Fact, in their separate
capacity K 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 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 confirms all that Its said Attorney(s)-in-Feet may do in Pursuance 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 called and held on the 15th day of June, 1988.
RESOLVED, eel, fre President or any vice-president acting win any Sepreery or AeeWmt Secretary, "I haw power and auownry m appoint
for wrpoaw aptly of executing anal meeting bads and undenaltings and baler endings obligatory in tiro nature memol, we or mom Resident
VbP -,eedente, RatlMnt AeYdant Sacreianp and Anomeye-m-Fad and at any time m narrow, any soon Resistant Vice-president. Resident Assistant
Seems". or AMm@V4rtmFad, and mule he power and authority given to him.
Almme&n-Fad shag hawow per and ealhadty, wbfed to me lama and Ilan t i of the power of attorney blued m thand em, m execum adeliver
an bshW of tM Comparyanal m eU me creel of me Company tmM any ant al bonds end undenaMng% aM amsr writings oN tqy in me nature
meaa6 ant any such luminous ous executed bpyy ay suct Atloma/- Fad atoll bs m Nndng upon the Compom m if agned by en Ex�eeut(ve OMoer ant
sealed and Named by am other of such 911ksIs
RESOLVED, cal. Room IL H. Saner, AssWant Vke-Preeden . atmtl haw, as lad as M home such office. the acres powers as any ` icaPrisdent
pummel m me preceding Resolution.
RESOLVED,
armat whereas the President or cry Vice -President acting Win any Secratw or Assassin Saeralary, him tM power ant aufte y m
aanre ar rint mm Rae Wm attorney. forVIWPru dwft Assistant Sometimesandar�tl Amissing
shMiFs and untluleltlnpR ant area wdtlags obligatory m me remm thuraol.
RESOLVED, mat, Robert N. H. goner. Assumed vice-PrMdent may, ea long as nth tams such price, affix his slgnamm by facsimea pure ern m ant
wkb me same Bred as that granted m Vica•Pmsidantc under tla preceding Resolution.
In Witness Whereat, the HARTFORD CASUALTY INSURANCE COMPANY has caused these presents to be signed
by Its Assistant Vice -President, and its corporate seal to be hereto affixed, duly attested by Its Secretary, this 1 at day of
August, 1990.
HARTFORD CASUALTY INSURANCE COMPANY
-•I/ �.dliN��ibchNd! A. He
Richard! A. rmenem, i$ :
g&.A• ray
1 ya,` Robert N. H. Senor
STATE OF CONNECTICUT ) ��•'•:..:. Aeaierent Vice president
1y ore.
COUNTY OF HARTFORD -
On this Istday of August, A.D. 1990, before me personally came Robert N. H. Saner, to me known, who being by me
duty sworn, dial depose and say: that he resides in the County of Hartford, State of Connecticut; that he Is the Assistant Vlcs-
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 was so affixed by order of the Board of Directors of said corporation and that he signed his name
thereto by like order.
STATE OF CONNECTICUT �� l
Jean womek
COUNTY OF HARTFORD public
My Commutation Expires March 31, 1994
CERTIFICATE
I, the undersigned, Assistant Secretary of the HARTFORD CASUALTY INSURANCE COMPANY, an Indiana
Corporation, DO HEREBY CERTIFY that the foregoing anti attached POWER OF ATTORNEY remains in full force and has
not been revoked; and furthermore, that the Resolutions of the Boer:i of Directors, set forth in the Power of Attorney, ere now
in force.
Signed and sealed at the City of Hartford.. Dated ft 5TH day of JULY 1994
"..tV lebjq
ssimDWW A Johnson
iv b,.•' Aeaieted Sso,
Farm s-asw-e (HC) Pdnletl in U.S.A. -
BID SUMMARY
11
TOTAL BID PRICE IN WORDS WU 6 µ v,IA-1
S t V c .�. Y u L c e -A j
933 4 -k9.'- ,.
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.
�)1C�O R.)Cn% Coo
CONTRACTOR
BY
you 1$ l
courcq COI I1 N
Street Address
Cc /tea, /, V 4s00/
City and State
Seal & Authorization
(If a Corporation)
21V-382- iz3
Telephone
1991 Upgrade Waterlines
WORK DAYS 100
BID NO. 1632
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12-A
20" Waterline
8,927
LF
$ so /LF
$ sA
1�. —
tp4l 20
2.12-B
12" Waterline
72
LF
$ /LF
$
2.12-C
12" D. I. Waterline
10
LF
$ /LF
$
So. Kr
$ao• -�n
2.12-D
8" Waterline
1,029
LF
$ �/LF
5
S
$ -Is
33
34 1aS s
2.12-8
6" D. I. Waterline
3
LF
$ /LF
$
SO. Jr
2.4o, �n
2.12-F
8" D. I. Waterline
80
LF
$ /LF
$
Sa. y}
L4oa.'K�
2.14-B
Replace 6" F. H. Lead
4
EA
$ /EA
$
I OOo
4.,00a
SP-42
Remove Fire Hydrant
1
EA
$ /EA
$
S c0. 'J.
Soa N.
2.16-A
Water Service
14
EA
$ /EA
$
`ISc� [}
IO SOO. Kw
SP-40
Cut and Plug Waterline
2
EA
$ /EA
$
So.
I. Soo. K,
2.13.1-A
2" Air Release Valve
1
EA
$ /EA
$
IS25a.
3 sas
2.13.1-B
20" Gate Valve
7
EA
$ /EA
$
41so. :.
33 250.'.
2.13.1-C
12" Gate Valve
2
EA
$ /EA
$
BSo. ✓♦
1,100. K4
2.13.1-D
B" Gate Valve
6
EA
$ /EA
$
sso. ;.
3300.r,
2.16-B
Install Water Meter
1
EA
$ /EA
$
-1 So. yi
15o.
2.14-A
Install Fire Hydrant
7
EA
$ /EA
$
,-
3-c
Remove Concrete Walks and
13
Sy
$ /SY
$
Drives
2S -,tr
325. y.
8.3
6" concrete Driveway
13
BY
$ /BY
$
SP-2
Concrete Saw Cut
15
LF
$ /LF
$
10. i,.
.'v.
SP-41
Asphalt Saw Cut
13,518
LF
$ oo /LF
$
13 Stg K.
6.4-A
30" Bore
376
LF
$ /LF
$
_
140, ��
SZ 1,ya,7
2.12.9
30" Gage 7 Steel Casing
461 -
LF
$ 33 %* /LF
$ 14 Z13.s
P - 3
1991 Uocrade Waterlines
WORK DAYS 100
BID NO. 1632
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
6.4-B
12" Bore & Pressure Grout
33
LF
$ /LF
$
3c a*
990 �w
6.4-C
27" Bore & Pressure Grout
281
LF
$ /LF
$
2.12-F
6" SDR 26 Sewer
130
LF
8 1S /LF
$ o
s_
G
S c"T1
2.12-G
8" SDR 26 Sewer
50
LF
$ -79 /LF
$ so
Gl. _
—
2.12-H
10" SDR 26 Sewer
5o
LF
$ /LF
$3 so
0111
481
SP-37
Excavation Protection
9,000
LF
$ So /LF
$
:.
4 soo. 7.
SP-10
Rock Excavation
100
ply
$ /CY
$
2o. a ti
2, 000- v w
8.1
Barricades, Warning Signs
--
LS
$ /LS
$
and Detours
I A,l So. �.
14.15o. -
1.21
Contractors Warranties
--
LS
$ /LS
$
and Understandings
211.15-:,
21,61S,i>
3.1
Preparation of Right -of-
--
LS
$ /LS
$
Way
I. coo.
I.�- rw
2.12.8
Ductile Iron Fittings
1,500
LB
$ c,_ /LB
$
2
3 'co.Y>
SP-39
Project Signs
2
EA
$ /EA
$
25a ,� �
_
Soo.
SP-27
Service Adjustments
5
EA
$ /EA
$
200- a x
Loco. «
SP-4
Lower Waterlines
2
EA
$ /EA
$
2 500..t .
S'Coo. '.
3.10.7
Hydromulch
100
SY
$ oa /SY
$
S
Soo,jA
3.9
Sod
25
SY
$ /SY
$
2So-
Labor and Materials
15
Incorporated into Project
933 439. z..
Other
Total
Cl 33 439.�s
* 3.10.3
Seeding
100
SY
$ 5 oa /SY
$ Sao, 4
* Item 3.10.3, seeding may be.used as an alternative to Item 3.10.7, hydromulch at the
Engineer's discretion.
P — 4
�.di-IFJrIlI IUI x,1n3131�i Id7 [E:.. t'S, hT �1-11 .... ..
----------. ------------------------------------- -----
Certificate of Insurance
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO MORTIS UPON YOU THE CERTIFICATE HOLueA. THIS CE RTIa IO ATE I$ NOT AN 1NSURANCE
POLICY AND DOES NOT AMEND. EXTEND, OR ALTER THE COYERAOE AFFORDED BY THE POLICIES LI STE , BELOW.
This is to Cerd that LIBERTY
DI KER N .0 NII'ANY, INC .
IDICKERSON EQUIPMENT COWANY Name and MUTUAL •
CELINA READY -MIX, INC, address of
1309 N. LOUISIANA Insured
CELINA, TX 75009
is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. T.7e insurance afforded by the
listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of
env nnntmot or other document with resnect to which this Certificate may be issued.
TYPE OF POLICY
ERTIFICATE EXP. GATE'
• ❑ CONTINUOUS
EXTENDED
POLICY NUMBER
LIMI F OF LIABILITY
ED POLICY TERM
CovoraOeANOr""UndervIC
Law 01 the Following Stales
EMPLOYERS LIABILITY
WORKERS
Bodily Injury By Accident Ench
Aaidenl
COMPENSATION
Bodily Injury By Disease Polloy
LIMI
Bodily Injury By Disease Each
Parson
GENERAL LIABILITY
General Aggregats Other than Prod/Completed Operations
$2,000,000
rl CLAIMS MADE
2/20/95
YY 1.191.409705.014
Products/Completed Op,uations Aggregate
$2,000,000
I DATE
Bodily Injury and Propery Damage Liability Per
$1,000,000 occurrence
El OCCURRENCE
Personal and Advertisirt!1 Injury Per Person/
$1,000,000 Organization
Other.
Other
AUTOMOBILE
$1,000,000 Cach Accident - Single Limit -
LIABILITY
B. I. and P, D. Combined
Q OWNED
9/1/94
AS2-191-409705-033
Each Person
0 NON -OWNED
i Each Accident or Occurrence
Xl HIRED
Each Accident or Occurrence
OTHER
CONTRACTORS
6/t 6/95
HIRED EQUIPMENT Fr:OCRSEMENT PER PIECE $300.000
EQUIPMENT
I—M—S2-19-1-409705.064
ADDITIONAL INSURED1
CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES &
VOLUNTEERS ON G.L. POLICY.
. IF THE CERTIFICATE EXPIRATION DATE IS CONTINUOUS OR EXTENDED TERM, YOU WILL BE NOTIFIED IF CI:VERAGE IS TERMINATED OR REDUCED
BEFORE THE CER-'IFICATE EXPIRATION DATE, HOWEVER, YOU WILL NOT BE NOTIFIED ANNUALLY OF THE CC NTINUATION OF 'OVERAGE
SPECIAL NOTICE - OHIO: ANY ^ER$ON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILI" ATING A FRAUD AGAINST AN !NSURER.
SUBMITS AN APPGCATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE VA'rEMENT IS CUILTY OF iNSU RANGE cRAUO
NOTICE OF CANCELLATION' NOT APPLICABLE UNLESS A NUMBER OF DA
ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL
CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES L
UNTIL AT LEAST 30 DAYS NOTICE OF SUI?H CANCELLATION HAS BEEN MAILED
CERTIFICATE CITY OF DENTON
HOLDER 215 E. MCKINNEY
DENTON, TX 76201
Liberty MiLlual
Insurance Group
7/14/94 CH IRVING
DATE ISSUE OFFICE
::WUCflfl THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATICN CNL.Y ANC C O'ic EcS ND
RIGHTS UPON THE CERTIFICATE HOLDER. Th'IS CERTIFCATE ''DOES NOT A.UEMC, EXTEND
LIIA INSURANCE AGENCY, INC. OR ALTER THE COVERAGE AFFORDED 8Y THE POLICIES BELOW
2100 WALNUT HILL, SUITE 100
IRVING, TX 75038 COMPANIES AFFORDING COVERAGE
ETTERNY A TEXAS WORKERS' COMPENSATION INSURANCE FUND
CODE BVd•CODE .-�_�_......._... -_. -
COMPANY B
INSURED _... -� - LETTER
DICKERSON CONSTRUCTION CO., INC. COMPANY
P.C. SOX 458 LETTER C
CELINA, TX 75009 co .__.. MY
. _r__.__ ..��....�_._._._.......__. ..--_-. •..----
TT. ER
LETTER D
,COMPANY E .-
LETTER
COVERAGF_S. ..
....._.. .:.. ..,.
THIS IS TO CERTIFY THAT THE POLICIES O%'NSURANCE LISTED 8ELOW HAVE BE-N ISSUED TO THE INSURED NAMEC ABOVE =CR THE POLIO PERIOD
INDICATED. `IOTMTHSTANOING ANY REOUIPEMENT, TERM DR CONDITION OF ANY CONTRACT OR OTHER 01%CUMENT WITH-ESPECT TO WHICH THIS
CERTIFICATE .MAY 8E ISSUED OR MAY PER"AIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEAE!N IS SUB:ECT TO ALL THE 'ERNIS•
EXCt.Q=N$ AND CCNOITIONS OF SUCH 'r OLIC1$. UNITS SHOWN MAY NAVE BEEN REDUCED BV PAID CLAI.LIS.
LO TYPE OP INSURANCE POLICY NUMBEA - POLICY EFFECTIVE POLICY EXPIRAnON:
LTq DATE(MNIOD/W) DATE(MMADD/Y19
ALL LIMITS IN THOUSANOE '
GENERAL LIABILITY
GENERAL A OGREOATE 3
-T. COMMEACIALGE:VERALUABIUTY
• PAOOUCT$•COMPIOPS AGGAEGATE S�.�._-..
CLAIMS MADE-�OCCVR.
PERSONAL SAOVERTI$INO IhILAY 15
OWNER'S S CONTAACTOA•S PROT.
_...
EACH OCCURRENCE S
.-_�
.
5.�•-�•M•
FIRE DAMAGE (Any one fir,)
^�
�_ �+ _�-�•_-�
;IEDICAL EXPENSEjany o......nl 5
_ AUTOMOBILE 41ABILf(Y�^•!- -�-_^ •^---•+ _^-
COMBINED `_�_ _ - •'- -
- Y
SINGLE S
ANY AUTO
LIMIT_
ALL OWNED AUTOS
BODILY-����—y'_`
,t •`
_
INIURY S
'SCHEDULED AUTOS f(Pef
�^
Person) V_ .•.'�•�I:%1'
HIRED AUTOS
BODILY
• .INJURY
15..F`?':'
NON.OWNEO AUTOS I !(Per w6denG
.� I GAAAGE LIABILITY
PAOPERTY
! j ! '.DAMAGE 'S
I
EXCESS UABILISY I I •..I EACH AGOAEGATE
j ; CCCURRENCE :
i3 '3
OTHER THAN UMBRELLA FORM
BTATVTONY _
WORKER'S COMPENSATION
(EACH ACCIDENT)
A AND TSP-101214-02 3-5-94 3-5-95 Q "---
EMPLOYERS' LIABILITY I 3 - 500 (DISEASE-FOUCYLIMF )
100
(DISEASE -EACH EMPLOYEE
.OTHER _—• —_
I w.rrY,
I
OESCAIPTION OP OPERATONSADGA110NSNENICLESITIESTRICTIONtJSP ECIAL ITEMS
CITY OF DENTON
215 E. MCKINNEY
DENTON, TX 76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION GATE THEREOF. TH•? ISSUING COMPANY WILL ENDEAVOR TO
MALL 30 OAYS WRITTEN NOTICE TOrTHE CERTIFICATE HOLDER NAMED TO THE
LEFT.' 8VT PAILURE TO MAIL SUCH NOTCE SHALL IMPOSE NO OBLIGATION OF
LIABILITY OF ANY KIND UPON THE =M.PANY. tTS AGENTS OR REPRESENTATIVES
REPRESENTATIVE
MAnnan r
_ =•H