HomeMy WebLinkAbout1992-152ORDINANCE NO. ,
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 com-
petitive 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 receiv-
ed and recommended that the herein described bids are the lowest
responsible bids for the construction of the public works or im-
provements described in the bid invitation, bid proposals and plans
and specifications therein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the following competitive bids for the con-
struction 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 be-
ing the lowest responsible bids:
1403
Linder -Stahl Construction Co.
$ 54,710.00
1412
Circle "C" Construction
331,949.50
1412
Atkins Bros. Equipment
92,984.00
1420
Wesco
13,920.00
1420
Temple
20,500.00
SECTION II. That the acceptance and approval of the above
competitive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
person shall comply with all requirements specified in the Notice
to Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, after notification of
the award of the bid.
SECTION III. That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of the
construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid Propos-
als, and documents relating thereto specifying the terms, condi-
tions, plans and specifications, standards, quantities and speci-
fied 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 here-
by 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 im-
mediately upon its passage and approval.
PASSED AND APPROVED this the �Z day of ,1992.
BOB CASTLEBERRY,
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: ate_
APPROVE AS LEG L FORM:
DEBRA A. DP&YOVITCH�) CITY ATTORNEY
DATE: SEPTEMBER 15, 1992
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1403 - CAST -IN -PLACE CONCRETE PLATFORM AND CHAIN LINK
FENCE
RECOMMENDATION: We recommend this bid be awarded to the only bidder, Linder -
Stahl Construction Co. Inc. in the total amount of $54,710.00.
SUMMARY: This bid is for all labor and materials necessary for construction of a
cast -in -place concrete platform and installation of a chainlink fence at the Ray
Roberts Dam. This Project was estimated at $70,000.00.
One bid proposal was received in response to eleven notices mailed.
BACKGROUND: Tabulation, PUB Minutes.
Tabulation sheet, PUB
FISCAL IMPACT: Budgeted Revenue Bonds Account #612-080-RB90-9246 balance
$1,034,157.00.
Yespectfully submitted:
Lloyd V . Harre
City Manager
Prepared by:
L p1Y�n.� 1�
Name: Denise Harp 1
Title: Senior Buyer
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
1403.agenda
BID #
1403
BID NAME
CAST -IN -PLACE CONCRETE
LINDER-STAHL
PLATFORM
CONSTRUCTION
OPEN DATE
7-16-92
# IQUANTITY
I DESCRIPTION
VENDOR
476 LF
ICHAIN LINK FENCE
JUNIT PRICE
$12.00
TOTAL
$5,712.00
2
18-FOOT GATES
[PRICE PER GATE
$774.00
176 LF
1
ICAST-IN-PLACE CONCRETE
JUNIT PRICE
$274.00
TOTAL
$48,224.00
JDAYS TO COMPLETE PROJECT
30 DAYS
JALL OTHER CHARGES
x
TOTAL
$54,710.00
[BID BOND
YES
EXCERPT
PUBLIC UTILITIES BOARD MINUTES
August 19, 1992
12. CONSIDER APPROVAL OF BID #1403 IN THE AMOUNT OF $54,710 FOR
CONSTRUCTING CONCRETE FISHING PLATFORM AND INSTALLATION OF
CHAINLINK FENCE AT RAY ROBERTS DAM.
Harder and Nelson presented this item giving staff
recommendation of approval to Linder -Stahl Construction Co.,
Inc., in the amount of $54,710 for construction of a cast -in -
place concrete platform and installation of a chainlink fence
at Ray Roberts dam.
Coplen made a motion to approve subject contract in the not -
to -exceed amount of $54,710; second by Laney. All ayes, no
nays, motion carried.
DATE: SEPTEMBER 15, 1992
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1412 - PAYNE & PEAK STREET WATER SEWER
RECOMMENDATION: We recommend this bid be awarded to the lowest bidders by
section as follows:
A. Replace Miscellaneous Water Lines - $265,510.00 - Circle "C" Construction
B. Payne Dr. 12" Waterline - $66,439.50 - Circle "C" Construction
C. Peak Street 8" Sewer Line - $92,984.00 - Atkins Bros. Equipment
SUMMARY: This bid is for all labor and materials to replace Waterlines and the Peak
Street Sewer Line. These projects are $26,255.00 under the budgeted figure.
14 bid proposals were received in responses to 41 notices mailed.
BACKGROUND: Bid tabulation, PUB Minutes.
Water & Sewer Utilities, Utility
FISCAL IMPACT: Capital Improvements Project FY91 account #620-081-R102-8550.
espectfully -submitted:
Lloyd V . Harr 1
City Manager
Prepared by:
GAY
ame: Denise Harpo 1
Title: Senior Buyer
A roved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
265.agenda
]|■
-----------
IN
(
i\\\
) �
§
|
§
■|
!
\
B
!
j\
-------------------
-------------------
�
|
-------------------
§
|
§
\
§
§
)
■
«o\
---------------�---
!
\
\
\
)
-------------------
»
§
.
2
|
\
-----------
-------
;
;
|(
\\0
�|
-------------------
§
2
;
B)
;§
-------------------
§!)!|§§
-------------------
EXHUUT 1
lish-
NORTH
Ai
cirr or x, rcxas
w�TeR/w�trnwi�at cMcwmnw
CITY Of DENTON# TEXAS MUNICIPAL BUILDING / 215 E. MCKINNEY / DENTON, TEXAS 76201
MEMORANDUM
DATE: August 24, 1992
TO: Jerry Cosgrove, P.E. Engineering Administrator
FROM: David Salmon, P.E. Senior Civil Engineer
SUBJECT: Replace Misc Waterlines 1991
Payne Drive Waterline
Peak Street Sewer
Circle C Construction was the low bidder on Replace Miscellaneous Waterlines 1991
and Payne Drive Waterline. Their bid of $265,510.00 on Replace Waterlines 1991
and $66,439.50 on Payne Drive Waterline fall well below our estimates. Circle
C Construction as you remember constructed the 1990 CIP waterlines. There were
no significant problems that occurred during that project and it appears that
they performed high quality construction. We recommend that the Utility
Department accept this bid.
The low bidder on Peak Street Sewer was Atkins Brothers Equipment. Their bid of
$92,984.00 is about seven percent higher than our estimate. The first low bid
on this project was over $128,000, so rebidding was extremely advantageous.
Atkins Brothers constructed the 1989 CIP Waterlines with no major problems during
construction. We would recommend you accept this bid also.
Davi�-E-
senior Civil Engineer
AEE0019D
8171566-8200 D/FW METRO 434-2529 EXHIBIT Y
DATE: SEPTEMBER 15, 1992
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1420 - DISTRIBUTION TRANSFORMERS
RECOMMENDATION: We recommend this bid be awarded to the low bidders meeting
specifications as listed below:
ITEM 5 - WESCO $13,920.00
ITEM 6 - TEMPLE, INC. $20,600.00
SUMMARY: This bid is for two (2) 500 KVA padmount transformer for Exposition
Mills and one (1) 2500 KVA padmount transformers for the Water Treatment Plant.
Ten bid proposals were received in response to 20 bid packages mailed.
BACKGROUND: Tabulation sheet, Memorandum George Pool.
DEPAR
: Electric Distribution Division,
FISCAL IMPACT: Budgeted Funds for 1991 Electric Distribution account #610-080-
0252-9222 balance to date $323,744.13 for Item 5 and for Water Production account
#620-081-0460-9107 balance to date $43,028.00.
Re/s/pect submitt d:
U
Lloyd V . Har 11
City Manager
Prepared by:
` ICJ O.r
Name: Denise Harpoo
Title: Senior Buyer
-i roved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
268.agenda
O�
ut
0
I
-----------
x
ro
x
mw
dy
'ya7.
r
N
H
C+U
yHy
�C
ZO
rA
H
H
uN
a
b01
M
0
0
x
CN1
�O
H
L-i0 O
m
H
O
o
z
N
Wx
rye
OD
H
r
H
u
txj
�
z
x
O
OOC
0
0
O
O
-----------------
O
O
W
ut
W
O
I
O
N
O
N
0
0
0
0
V
N
3i
M
�j
H
O
K
b
O
d
N
0
0
-----------------
O
0
ID
EnIn
o
m
tNn
ODD
x
to
N
O
O
-----------------
O
O
m
v
0
m
x
I
x
bd
d
d
---
z
"
a
o
H
z
r
N
Ll
H
H
k
— — —
— —
- —
— —
M
C
[
H
t[7
L
H
4Hi
H
SHd
z
totv
x
c
H
0
n
H
00
z
x
o
(n
N
(b
------------
0
iP
a
w
O
IO
W
N
zx
O
I
O
O
(4O
O
O
O
O
------------
O
O
00
00
0
z
O
O
y4
O
0
Kr
O
A
O
0
0
00
�J
x
rn
rn
a
0
0
O)
00
x
O
O
N
K
01
iP
O
O
H
W
O
I
N
z
a
r
K
m a
�I 0 r
o H 9 0
O
I
N
m
O
ON
Z
Cl
to
g
yy
tODii
0
;O
O
rn
o
0
0
0
------------------
O
o
%.JL1 ofDENTONMUrTICIPALUTILTTIES/9Vi-a Texas Street/Denton,TX 76201
TO: Tom Shaw, Purchasing Agent
FROM: i. George Pool, Electric Engineering Associate
DATE: September 9, 1992
SUBJECT: BID NUMBER 1420
The Electric Engineering Department recommends the approval of the
following bidders for the items below:
Item #5: Two 500 KVA; 120/208 volt loop feed padmounted
transformers to the low bidder Wesco, at a total cost of
$13,920.
Item #6: One 2500 KVA, 4160/2400 padmount dead front transformer
to Temple, Inc. for a total cost of $20,500. The low
bidder Wesco did not meet the specifications. They bid
a live front secondary voltage transformer, while the
specifications call for a dead front transformer.
Item #5 will be used at Exposition Mills, and Item #6 is for the
Water Treatment Plant.
Please contact me if you require any additional information. A
copy of the loss cost transformer evaluation was provided.
JP:tn
09092001
LOSS/COST EVALUATION OF A 2500KVA PADMOUNT, 4160/2400 TRANSFORMER
9-8-92
BIDDER
MADE
BY
NL
LOSSES
LL
LOSSE,'
%Z
BID
COST
CALCULATED
COST
CUMMINS
NB
POLIELINE
NB
TECHLINE
NB
WESCO
ASS
3450
10100
5.65
$20,850.00
$120,273.36
TEMPLE
GE
2596
12117
5.7
$20.500.00
$121,064.88
STUART
OP
SOURE D
5
2886
146211§71[!!�115:
S22sW&
$23,000.00
$143,677.61
VAN TORAN
VAN TRAN
2350
1 14000
1 5.75
$25,930.00
$144,109.36
SESC
SESCO
8001
210001
5.75
$25,577.00
$177 735.65
LOSS/COST EVALUATION OF A 500KVA PADMOUNT, 120/208 LOOP FEED TRANSFORMER
9-8-92
BIDDER
MADE
BY
NIL
LOSSES
LL
LOSSEE
%Z
BID
C 0T
CALCULATED
COST
TECHLINE
HOWARD
849
4185
$6,441.00
$39,406.76
PRIESTER
COOPER
984
4035
5.25
$7,007.00
$41,542.30
POLELINE
PAULS
72-1
3919
3.39
$7,524.00
$41,563.87
CUMMINS
PALLS
721
3919
$7,694.00
$42,138.47
VAN TRAN
VAN TRAN
WO
4128
5.75
$0,22.00,
$44420.2
SESCO
1300
5600
5.75
9.001
$53,105.11
.SESCO
STUART
SOURED
1 1138
7864
5.751
1,12:�Nq 9
$73,027.41
TEMPLE LE
IGE
2596
12117
5.7
, '00:9 0
0
� $77.124.88
IV 1 1.4 C,
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 15 day of SEPTEMBER
A.D., 19 92, by and between 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 LINDER-STAHL CONSTRUCTION CO., INC.,
P.O. BOX 9072, FORT WORTH, TExAS 76147
of the City of FT WORTH , County of TARRANT
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 # 1403 - CAST -IN -PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE in the
amount of $54,710.00
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the work specified above, in accordance with the
conditions and prices stated in the Proposal attached hereto, and in
accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to!
Bidders, and the Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats, blueprints, and
CA-1
0114s
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, apd 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
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
ATTEST:
N
CA-3
LINDER-STAHL CONSTRUCTION INC.
CONTRACTOR
Bye/�%1Y/A!
Title y�
(SEAL)
0114s
PERFORPIANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That LINDER-STAHL CONSTRUCTION INC.
, of the City of FORT WORTH
County of TARRANT , and State of TEXAS
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 CITY OF DENTON
as OWNER, in the penal sum of FIFTY FOUR THOUSAND SEVEN HUNDRED TEN AND no/100-----
Dollars ($ 54,710.00 ) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 15 day of SEPTEMBER , 1992 , for the construction of
BID # 1403 - CAST -IN -PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE in the amount of
$54,710.00
which contract is hereby referred to and made a dpart 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;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed 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 anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 21st day of September , 1992 .
LINDER-STAHL CONSTRUCTION CO., INC. WASHINGTON INTERNATIONAL INSURANCE COMPANY
Principal
Title �jers,'ef9 ,f
AddressP. 0. Box 9072
Fort Worth, TX 76147
(817) 735-4162
(SEAL)
Surety
Tracy Tucker
Title Attorney -in -fact
Address P. 0. Box 11428
Fort Worth. TX 76110
(817) 921-1433
The name and address of the Resident Agent of Surety is:
(SEAL)
Tracy Tucker
2465 Forest Park Blvd Fort Worth TX 76110 (817) 921-1433
NUPE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That LINDER-STAHL CONSTRUCTION INC.
of the City of
FORT WORTH
County of TARRANT , and State of TEAS 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 hound unto THE CITY OF DENTON
, OWNER, in the penal sum of FIFTY FOUR THOUSAND SEVEN
HUNDRED TEN and no/100---------------------------------- Dollars ($ 54,710.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 15 day of SEPTEMBER 1992
BID #1403 - CAST -IN -PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE in the amount of
$54 710.00
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 prosection 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 Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 21st day of September
LINDER-STAHL CONSTRUCTION CO., INC.
Principal
By
Title
Address P. 0. Box 9072
19 92
WASHINGTON INTERNATIONAL INSURANCE COMPANY
Surety
G
Tracy Tucker
Title Attorney -in -fact
Address P. 0. Box 11428
Fort Worth, TX 76147 Fort worth Tx 76110
(817) 735-4162 (817)921-1433
(SEAL) (SEAL) `
The name a,n2i address of the Resident Agent of Surety is:
Tracy Tucker
2465 Forest Park Blvd., Fort Worth, TX 76110 (817)921-1433
PB-4
0092b
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: THAT LINDER-STAHL
CONSTRUCTION INC. as Principal, and WASHINGTON INTERNATIONAL 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 FIVE THOUSAND FOUR HUNDRED
SEVENTY ONE AND no/100-------------------------- Dollars 5,471.00 , 10% of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said LINDER-STAHL CONSTRUCTION INC.
has this day entered into a written contract with the said City of Denton to build
and construct BID # 1403 - CAST -IN -PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE
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 incorporatd 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, *pecifications, 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.
0093b
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 LINDER-STAHL CONSTRUCTION
CO. 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
Tracy Tucker and the said Attorney -in -Fact has hereunto set his hand
this 21stday of September . 19_ 92 -
SURETY:
WASHINGTON INTERNATIONAL INSURANCE COMPANY
B
Tracy ucker
Attorney -in -Fact
0093b
PRINCIPAL:
MB-2
107'TAW WMA. a" W
General
WASHINGTON INTERNATIONAL INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized anc
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
m • ♦ • TRACY TUCKER AND DELBERT TUCKER
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, recognizance$, 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 S1,0D0,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted
February 4, 1976, and January 17, 1984, which read, in part, as follows:
1. The President may appoint Attorneys -in -Fact, and authorize then to execute on behalf of the Company, and
attach the Seat 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
end 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. ��t��
IN TESTIMONY WH „)p® yri ton International Insurance Company has caused this instrument to be signed and its
corporate seal biF{j71:1 authorized ofiE
f Marsh, 1992.
����•� e��G,� WASHNSURANCE COMPANY
CORPORATE41.
SEAL ;��
% � . . e. _ Steven P. nderson, Vice President
STATE OF ILLISi3Oa1{$�s' '•••..
COUNTY OF C;Aki&s_
On this 16th day of March, 1992, before me came the individual who executed the preceding instrument, to me
personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the
Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said
Cerny;
IN TESTIMONY WHEREOF, I have hereunto set hand and affixed my Official Seal, the day and year first above
written.
[IMY
OFFICIAL SEAL^
H-ISTINE ZARETSKY.• istine carets , No ary P is
tsry Public. Slats of Iliinob My Commission E ire$ tober 1992
0anmhslm Evim 10/7
00111,3I,,, R IFICATE
STATE OF ILLINOIS )
COUNTY OF COOK )
1, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an AR120NA 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 now in force.
Signed and sealed in the County of cook. Dated th 21st f September 1q 92
— d9li% ,r,--
Lewis M. Moeller, Secretary
. - ISSUE D�AT23 M92/VV)
ac�:ri�s CERTIFIAT QF I �N
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
PRODUCER
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
TUCKER AGENCY, INC.
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
P.O. BOX 11428
FORT WORTH, TX 76110
COMPANIES AFFORDING COVERAGE
(817)921-1433
1-800-683-9591
OMPANY A Bituminous Casualty Corporation
CLETTER
OMPRNY B Lumbermens Mutual Casualty Corporation
CLETTE
INSURED
"
LINDER-STAHL CONSTRUCTION CO., INC.
LETTERYC
P.O. BOX 9072
FORT WORTH, TX 76147
LETTER D
COMPANY E
LETTER
COVERAGES
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 TYPE OF INSURANCE POLICY NUMBER
LTR
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE (MM/DD/YY) DATE (MM/DD/VV)
GENERAL LIABILITY
GENERAL AGGREGATE $2,000,000
A X COMMERCIAL GENERAL LIABILITY
PRODUCTS-COMP/OP AGE. $ 2,000,000
CLAIMS MADE X OCCUR. CLP2096399
9-23-92 1-13-93 PERSONAL & ADV. INJURY $ 1,000,000
OWNER'S & CONTRACTOR'S PROT.
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (My one fire) $ 50,000
"
MM EXPENSE (My. person) $ 5,000
AUTOMOBILE LIABILITY
COMBINED SINGLE $
A X
LIMIT 1,000,000
ANV AUTO
CAP1766213
9-23-92 1-13-93
ALL OWNED AUTOS
BODILY INJURY $
(Per person)
SCHEDULED AUTOS
X HIRED AUTOS
BODILY INJURY $
X NON -OWNED AUTOS
(Per accident)
_
GARAGE LIABILITY
PROPERTY DAMAGE $
EXCESS LIABILITY
EACH OCCURRENCE $ 1,000,000
A X UMBRELLA FORM Binder
7-1-92 1-13-93 AGGREGATE $ 1,000,000
OTHER THAN UMBRELLA FORM
_
WORKER'S COMPENSATION 3BA 021160-00
1-13-92 1-13-93 STATUTORY LIMITS
EACH ACCIDENT $ 500,000
B AND FOR INFORMATION
ONLY, ACTUAL CERTIFICATE
LIMIT $ 500,000
EMPLOYERS' LIABILITY WILL BE MAILED
DISEASE —POLICY
BY CARRIER DISEASE —EACH EMPLOYEE $ 500.000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Name as additional insured the City of
Denton, its officials, Agents, Employees and volunteers.
JOB: Cast -in- lace concrete platform &
chain link fence Ray Roberts Dam
CERTIFICATE HOLDER - -
CANCELLATIQN_ __
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
" EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
CITY OF DENTON
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
901E TEXAS STREET
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
DENTON, TX 76201
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
ATTN: LLOYD V. HARRELL
AUTHORIZED REPRESENTATIVE /I
f`I'',
ACORD 25-S 7/90
�Jf
�iA :ORD CORPORATION 1990
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 c and ss notification
that the contract has been accepted, approved
by the
City of Denton.
All insurance policies proposed or with obtalthe inned satisfactionc general
these requirements shall comply
specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or
longer, if so noted:
o 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
o 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, the
ts
officials, agents, employees and volunteers; or,
contractor shall procure a bond guaranteeing payment of
losses and related investigations, claim administration and
defense expenses.
Insurance Requirements
Page 2
o Liability policies shall be endorsed to provide the
following:
oo Name as additional insured the City of Denton, its
officials, Agents, Employees and volunteers.
oo 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.
o All policies shall be endorsed to provide thirty(30) days
prior written notice of cancellation, non -renewal or
reduction in coverage.
o 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.
o 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.
o 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.
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:
APPROVED 12-18-91
Insurance Requirements
Page 3
[g] A. General Liability Insurance:
General Liability insurance with combined single limits of
not less than $1,000,000 shall be provided and
maintained by the contractor. The policy shall be written
on an occurrence basis either in a single policy or in a
combination of underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001
current edition) is used:
o Coverage A shall include premises, operations,
products, and completed operations, independent
contractors, contractual liability covering this
contract and broad form property damage coverages.
o Coverage B shall include personal injury.
o 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:
o Bodily injury and Property Damage Liability for
premises, operations, products and completed
operations, independent contractors and property
damage resulting from explosion, collapse or
underground (XCU) exposures.
o Broad form contractual liability (preferably by
endorsement) covering this contract, personal injury
liability and broad form property damage liability.
[g] Automobile Liability Insurance:
Comprehensive or Business Automobile Liability insurance shall
be provided by the Contractor with limits of not less than
$1,000,000 per occurrence either in a single policy or in a
combination of underlying and umbrella or excess policies.
The policy will include bodily injury and property damage
liability arising out of operation, maintenance or use of any
auto, including owned, non -owned and hired automobiles and
employee non -ownership use. (ISO Form CA 0001 Current
Edition)
Insurance Requirements
Page 4
[g] 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.
[ ] 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. '
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad
provided or is unavailable
contractor leases or rents a
Limits of not less than
required.
form General Liability is not
to the contractor or if a
portion of a City building.
each occurrence are
[ ] 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.
APPROVED 12-18-91
Insurance Requirements
Page 5
[ ] 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.
OOOED
APPROVED 12-18-91
3
LIWmz. 3T"L, OW:ST. G.) IBC
BID PROPOSAL [v %x qo-M
Fatr WCgTA) Tx 76 (47
1. Material, labor, supervision, tools and equipment necessary
for the construction of the Cast -in -Place concrete foundations
according to the attached plans. Estimated quantity of
cubic yards on concrete:
00
476 if. Chain Link Fence Unit price $ 12 1 if.
Total $ Is7/f' ,Oio.
Two 8-foot gates Price $� 00/gate
00
176 if. Cast -in -place concrete Unit price $ X7,,// '00 It.
2,Total
Days to complete project
All other charges $ ✓
Total
The bidder submitting the lowest acceptable bid for performing the
new construction project will fill in the blanks when executing the
contract. The total bid and the total for the statement of
"Materials and Other Charges" should be the same.
a�
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 15 day of
SEPTEMBER A.D., 1992 1 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
ATKINS BROTHERS EQUIPMENT Co.. INC 918 W. MARSHALL. GRAND PRAIRIE TX 75051
Of the City of (RAND pRATRTF. , County of DALLAS
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 # 1412 - PAYNE & PEAK STREET WATER SEWER in the amount $92,984.00
(SECTION C)
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 . rTTV nTr nr�w 06 �� : 4 1pE&B3=
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties Of these presents have
executed this agreement in the year and day first above written.
ATTEST:
APPROVED AS TO FORM:
- LL
City Attorney
(SEAL)
ATKINS BROS E IIIPMENT O. INC.
CONTRACT
"4 ZABy
Tit e esi ent
(SZ )-
CA - 3
PERFORMANCE BOND
STATE
OF
TEXAS §
COUNTY
OF
DENTON §
KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROS EQUIPMENT co.,
INC. , of the City of rRANn PRATRTF
County of DALLAS , and State of TExAs
as PRINCIPAL, and West American 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 NINTY TWO THOUSAND NINE HUNDRED EIGHTY FOUR
and no/100-------------------------- Dollars ($-9q_eRa nn ) 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 15 day of SEPTF MRER
19 92 , for the construction of BID #1412 - PAYUF G DF3Y cmnng.n w
SEWER in the amount of $92,984.00 (SECTION C)
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 Article 5160 of the Revised Civil statutes of Texas
as amended by acts of the 56th Legislature, Regular Session, 1959,
and all liabilities on this bond shall be determined in accordance
with the provisions of said Article to the same extent as if it
were copied at length herein.
PB - 1
PROVIDED FURTHER, that if any legal action be filled upon this
bond, venue shall lie in DENTON County, State of
Texas.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in anywise
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 15th day of September
19 92 .
AIKINS BROS. EQUIPMENT CO., INC.
Princi 1
BY
Title President
Address: 918 W. Marshall
Grand Prairie, Tx. 75051
(SEAL}
West American Insurance Company
Address • 1638 Osprey
DeSoto, Tx. 75115
(SEAL)
The name and address of the Resident Agent of Surety is:
Ray'Watson 1638 Osprey DeSoto, Tx. 75115
NOTE: Date of Bond must not be prior to date of Contract.
PB - 2
CERTIFIED COPY OF POWER OF ATTORNEY
NEST AMERICAN INSURANCE COMPANY
ADMINISTRATIVE OFFICE, HAMILTON. OHIO
No. 369
M10111 All Men i1U 1311riit, prrEirt1to: That WEST AMERICAN INSURANCE COMPANY, in pursuance
of authority granted by Article VI, Section 1 of the By -Laws of said Company, does hereby nominate, constitute and appoint:
Ray Watson or Fonda Watson - - - - - - - - - - - - - of Dallas, Texas - - - - - - -
iis trip, and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as
ir, ac• and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance
ovcAu hnnJ howeever any bonor undertakings) guaranteeing the payment of notes and innte000tb000� 00 -)Dollars.
ds)
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the Company at its office in Hamilton, Ohio, in their own proper persons.
Ihn authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact.
IN WITNESS WHEREOF, the undersigned officer of the said West American
'PU9.1 Insurance Company has hereunto subscribed his name',and affixed the Corporate Seal of the
said West American Insurance Company this of
' = 1023 0 �; p y ./ �8tlr d���b ary 1988.
or
STATF OF oHlo, Asst. Secretary
COUNTY OF BUTLEfl I SS.
On this 8th day of February A. D. 19 88 before
tho subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Thomas W. Hildebrand, Asst. Secretary - - - - of WEST AMERICAN INSURANCE COMPANY, to me
ow-,onally known to be the individual and officer described In, and who executed the preceding instrument, and he acknow-
lodgr,d the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company
ifornsiid. and that the seal affixed to the preceding Instrument is the Corporate Seal of said Company, and the said Corporate
>n.d and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the
said Corporation.
`\t,,,•11t,t „r� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official
,casv'�".arva Seal at the City of Hamilton, State of Ohio, the day and year first above written.
:..����/i''• n
(signed)
�..; !Mt.;^;oz \ Notary Public in and ftf ounty o Butler, State of Ohio
'411;,,„......,,tttt My Commission expl es ......December..25.. 1941.
ihr; power of attorney is granted under and by authority of Article VI, Section 1 of the By -Laws of the Company, extracts
morn which read:
ARTICLE VI
Sr:CTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a
S^cretary, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more
t.uilablo parsons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose
of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and
,'liver any and all bonds, recognizances, stipulations, undertakings or other instruments of surety -ship or guarantee, and pol-
10io3 0' insurance to be given in favor of an individual, firm, corporation, or the official representative thereof, or to any county
or ',tarp, or any official board or boards of any county or state, or the United States of America, or to any other political sub-
divi'don.
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on April 24, 1980.
RESOLVED, That the signature of any officer of the Company authorized by Article VI, Section I, of the By -Laws to appoint
attornovs in fart, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power
of attorney and the seal of the Company, may be affixed by facsimile to any power of attorney or copy thereof issued on behalf
of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid
and binding upon the Company with the same force and effect as though manually affixed.
CERTIFICATE
I, the inde.rssgned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power
or ntontcy, Article VI Section 1 of the by-laws of the Company and the above Resolution of its Board Of Directors are true
cod correct copies and are in full force and effect on this date.
IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company thisl5thday of Sept. A. D., 1992
In 23 may_
lCc 1
Assistant Searstary
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROS. EQUIPMENT
of the City of GRAND PRAIRIE
County of DALLAS , and the State of TES
as principal, and West American 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
' no/ 106
MINTY TWO THOUSAND NINE HUNDRED EIGHT FOUR and Dollars ($ 92,984.00
for the payment whereof, the said Principal and Surety bind
themselves and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner, dated the 1s day of SEPTEMBER
19 92
BID # 1412 - PAYNE & PEAK STREET WATER SEWER (SECTION C)
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 Article 5160 of the Revised Civil Statutes of
Texas as amended by the acts of the 56th Legislature, Regular
Session, 1959, and all liabilities on this bond shall be determined
in accordance with the provisions of said Article to the same
extent as if it were copied at length herein.
PB - 3
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in anywise
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety
signed and sealed this instrument this 15th—
day of September
19 92 —
ATKINS BROS. EQUIPMENT CO., INC.
Principa
By
Title President
Address: 918 W. Marshall
Grand Prairie, Tx. 75051
(SEAL)
have
West American Insurance Company
Surety
Title Attorney -in -fact
Address: 1638 Osprey
Desoto, Tx. 75115
(SEAL)
The name and address of the Resident Agent of Surety is:
Ray Watson 1638 Osprey DeSoto, Tx. 75115
PB - 4
CERTIFIED COPY OF POWER OF ATTORNEY
IV,1'EST AM , PL11CAN INSURANCE COMPANY
ADMINISTRATIVE OFFICE, HAMILTON, OHIO
No. 369
T\111111t All filen hg illlene 11Ce11ellto: That WEST AMERICAN INSURANCE COMPANY, in pursuance
of authority granted by Article VI, Section 1 of the By -Laws of said Company, does hereby nominate, constitute and appoint:
Ray Watson or Fonda Watson - - - - - - - - - - - - - of Dallas, Texas - - - - - - -
iIs trtro and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as
ir1 acr and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance
SIX MILLION - - - - - - - - - - ($ 6,000 000.00 -) Dollars.
nxeluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest t�lereon
And n,e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officer: of the Company at its office in Hamilton. Ohio, in their own proper persons.
Thn authority granted hereunder supersedes any previous authority heretofore granted the above named attorneys) -in -fact.
ggF.,, IN WITNESS WHEREOF, the undersigned officer of the said West American
oFpOAq'`�'= Insurance Company has hereunto subscribed his name,and affixed the Corporate Seal of the
1
- said West American Insurance Company this '8tt}WFb dry 1988�923 vq=.......�......... ... o'Y�......
STATI 0- OHIO. i Asst. Secretary
COUNTY OF BUTLER SS.
On this 8th day of February A. D. 19 88 before
rho suhscnbor, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Thomas W. Hildebrand, ASSt. Secretary - - - - of WEST AMERICAN INSURANCE COMPANY. to me
peisonally known to be the individual and officer described In, and who executed the preceding instrument, and he acknow-
ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company
r,foresnid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
,col and his signaturo as officer were duly affixed and subscribed to the said instrument by the authority and direction of the
said Corporation.
\�,n^^.unuq, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official
°'!� srq „ Seal at the City of Hamilton, State of Ohio, the day and year first above written.
(signed)
Notary Public in and7f,6-,ount'y o Butlehio
Dec ember..25...1.991My Commission ex
This power of attorney is granted under and by authority of Article VI, Section 1 of the By -Laws of the Company, extracts
Nom Svhirh read:
ARTICLE VI
FFCTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a
S�,,eLrry, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more
suilabin persons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose
of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and
rlrliver any and all bonds, recognizances, stipulations, undertakings or other instruments of surety -ship or guarantee, and pol-
icies of insurance to be given in favor of'an individual, firm, corporation, or the official representative thereof, or to any county
or ;tar•, or any official board or boards of any county or state, or the United States of America, or to any other political sub-
division.
1"his in;trumcnt is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on April 24, 1980.
Fir SOLVED, That the signature of any officer of the Company authorized by Article VI, Section 1, of the By -Laws to appoint
attomovs in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power
of :•tto,ney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf
of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid
and binding upon the Company with the same force and effect as though manually affixed.
CERTIFICATE
I. n,c undersigned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power
of .attorney. Article VI Section 1 of the by-laws of the Company and the above Resolution of its Board of Directors are true
and correct copies and are in full force and effect on this date.
IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company thisl5thday of Sept. A. D 1992
Assistant Secretary
5-4300-C e.00
MAINTENANCE BOND
THE STATE OF TEXAS
COUNTY OF DENTON
4
KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROS. EQUIP14MT
as Principal, and West American 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 ofNINE TBOUSAND TWO HONORED NINTY EIGHT and 40/100---------
Dollars ($ 9,298.40 ), 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 ATKINS BROS. EQUIPMENT
has this day entered into a written contract with the said City
of Denton to build and construct BID #1412 - PAYNE & PEAK STREET
WATER SEWER (SECTION C)
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 ATKINS BROS. EQUIPMENT CO. INC
as Contractor and Principal, has caused these presents to be
executed by Mike Atkins, President
and the said West American Insurance Company
as surety, has caused these presents to be executed by its
Attorney -in -Fact Ray Watson
and the said Attorney -in -Fact has hereunto set his hand this 15th
day of September , 19 11
SURETY:
West American Ip�surance Company
BY: 1[n�
Ray Watson
Attorney -in -Fact
PRINCIPAL:
AIKINSy.4ROS EQUIP &CO., INC.
Mike Atkins, President
FITZ�
CERTIFIED COPY OF POWER OF ATTORNEY
REST AMERICAN INSURANCE COMPANY
ADMINISTRATIVE OFFICE, HAMILTON, OHIO
No. 369
T(Inflit All Mett hu l(TIleBe 11rovettYLic That WEST AMERICAN INSURANCE COMPANY, in pursuance
of authority granted by Article VI, Section 1 of the By -Laws of said Company, does hereby nominate, constitute and appoint:
Ray Watson or Fonda Watson - - - - - - - - - - - - - of Dallas, Texas - - - - - - -
ds true and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as
its act and deed any and all BONDS. UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance
SIX MILLION - - - - - - - - - (s 6,000 000.00 -) Dollars,
excluding, however, any bonds) or undertaking(s) guaranteeing the payment of notes and interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,
a; fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the Company at its office in Hamilton, Ohio, in their own proper persons.
"rho authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact.
'�, ..,,,, ..aa4 IN WITNESS WHEREOF, the undersigned officer of the said West American
=AG TpeAy •`.�F Insurance Company has hereunto subscribed his name•,and affixed the Corporate Seal of the
�z
—1: Is23 o.�"s said West American Insurance Company t1h�i[s:8t"J/�J� of F b try 19 $$.
STATE OF,OHIO, l Asst.+5ecretary
COUNTY OF BUTLER J SS.
On this 8th day of February A. D. 19 88 before
the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Thomas W. Hildebrand, Asst. Secretary — of WEST AMERICAN INSURANCE COMPANY, to me
Personally known to be the individual and officer described In, and who executed the preceding instrument, and he acknow-
ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seel and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the
said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official
Seal at the City of Hamilton, State of Ohio, the day and year first above written.
(signed)
�. �e,b'fi 5 ....
F.:Stiayi`•'oe\ Notary Public in and f� ounty o Butler, State of Ohio
My Commission axp� s ...... December..25...1.991.
This power of attorney is granted under and by authority of Article VI. Section 1 of the By -Laws of the Company, extracts
from which read:
ARTICLE VI
SI=CTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a
Secretary, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more
suitable persons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose
of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and
rlrhver any and all bonds. recognizances, stipulations, undertakings or other instruments of surety -ship or guarantee, and pol-
icies of insurance to be given in favor of'an individual, firm, corporation, or the official representative thereof, or to any county
or state, or any official board or boards of any county or state, or the United States of America, or to any other political sub-
division.
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on April 24, 1980.
RI -SOLVED, That the signature of any officer of the Company authorized by Article VI, Section I, of the By -Laws to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power
of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf
of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid
and binding upon the Company with the same force and effect as though manually affixed.
CERTIFICATE
I, the undersigned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power
of ottoincy. Article VI Section 1 of the by-laws of the Company and the above Resolution Of its Board of Directors are true
and correct copies and are in full force and effect on this date.
IN WITNESS WHEREOF. I have hereunto set my hand and the seal of the Company this1$Lhday of Sept. A. D„ 1992
,c``p41N3UFSy, _ _
_ In23 0�`_
C 6-e0 Assistant Secretary
5"M1JOO.
CITY OF DENTON
INSURANCE REQUIREMENTS
FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below.
It is highly recommended that bidders confer with their respective
insurance carriers or brokers to determine in advance of Bid
submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low
bidder fails to comply strictly with the insurance requirements,
that bidder may be disqualified from award of the contract. Upon
bid award, all insurance requirements shall become contractual
Obligations which the successful bidder shall have a duty to
maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated
hereinafter.
As soon as practicable after notification of bid award, Contractor
shall file with the Purchasing Department satisfactory certificates
of insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department,
ask for clarification of any insurance requirements at any time;
however, Contractors are strongly advised to make such requests
prior to bid opening, since the insurance requirements may not be
modified or waived after bid opening unless a written exception has
been submitted with the bid. Contractor shall not commence any
work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the
City of Denton.
All insurance policies proposed or obtained in satisfaction of
these requirements shall comply with the following general
specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or
longer, if so noted:
o 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
o Any deductibles or self -insured retentions shall be
declared in the bid proposal. If requested by the City,
the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers; or, the
CI - i
contractor shall procure a bond guaranteeing payment of
losses and related investigations, claim administration and
defense expenses.
o Liability policies shall be endorsed to provide the
following:
oo Name as additional insured the City of Denton, its
Officials, Agents, Employees and volunteers.
oo 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.
o All policies shall be endorsed to provide thirty(30) days
prior written notice of cancellation, non -renewal or
reduction in coverage.
o 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.
o 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.
o 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.
SPECIFIC ADDITIONAL INSURANCE REODIREMENT82
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:
CI - 2
[X) General Liability Insurance•
General Liability insurance with combined single limits of not
less than $500,000 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:
o Coverage A shall include premises, operations, products,
and completed operations, independent contractors,
contractual liability covering this contract and broad
form property damage coverages.
o Coverage B shall include personal injury.
o 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:
o Bodily injury and Property Damage Liability for
premises, operations, products and completed operations,
independent contractors and property damage resulting
from explosion, collapse or underground (XCU) exposures.
o Broad form contractual liability (preferably by
endorsement) covering this contract, personal injury
liability and broad form property damage liability.
[XI Automobile Liability Insurance:
Comprehensive or Business Automobile Liability insurance shall
be provided by the Contractor with -limits of not less than
cj9c),ppO o per occurrence either in a single policy •or in a
combination of underlying and umbrella or excess policies.
The policy will include bodily injury and property damage
liability arising out of operation, maintenance or use of any
auto, including owned, non -owned and hired automobiles and
employee non -ownership use. (ISO Form CA 0001 Current
Edition)
[X] Workers Compensation insurance
Contractor shall purchase and maintain Worker's Compensation
insurance which, in addition to meeting the minimum statutory
requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident,
$100,000 per each employee, and a $500,000 policy limit for
CI - 3
occupational disease. The
"Additional Insured" but the
rights of subrogation against
employees and volunteers for
by the Named Insured.
City need not be named as an
insurer shall agree to waive all
the City, its officials, agents,
any work performed for the City
CI - 4
WI, Vr UQN,w
Name -and Address of Agency
City of Denton Reference:
•Y to=vn ,.•'3,-r;
Project Nafle:l= r 'tat
; la t .•x
Project No: ;'+rer
Phone _
Project Location:
Managing Dept:
Name and Address of Insured:
-----------------------------------------------------
Companies Affording Coverage:
Ats
A it L
B
j Phone _, „J
C
This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this t:m
2) The City of Denton is listed as an additional insured as to all applicable coverage.
Company
Letter Type of Insurance Po I icv
Expiration Limits of Liability
Number Date In Thousands 000
Comprehensive General Liability
- Occurrence
:*_•*
Occurre•
f
- Claims Made (see k4-Page CI-4)
Bodily Injury
Broad Form to Include:
= Premises/Operations
Property Oamage
f
Independent Contractors
atProducts/Completed Operations
- Personal injury
w Contractual Liabi I i ty(see e3-Page CI-4)
- Explosion and Collapse Hazard
UndergroundHazard
Bodily injury and Property
Damage ConDrned
fi..,JtJ,
- Liquor Liability Coverage
Fire Legal Liability (see N5-Page CI4)
Broad Form Property Damage
--------- ---
.
Professional Errors/Omissions
—
—
----
---------
- occurrence
- claims made (see M4-Page CI4)
Comprehensive Automobile
Automobile
Liability
_:
t-- _
Bodily injury/Person
-Bodily Injury/Accident
Owned/Leased Automobiles
Non -owned Automobiles -
'•Hired Automobiles
f
f �{
Property Damage
Bodily Injury/Property
Damage Combined
- workers' Compensation and +' ` "''t
Employers' Liability "a' n°
' ;
a
_ ; it
Statutory Mount
each acct ent
v
- Owners' Protective Liability
f
Other Insurance •• ...... •
;'mi li,<,':
^-°r
r,} ,
2.0JU
Description of Operations/Locations/Vehicles.
Each policy shall require thirty (30) days notice of cancellation, non -renewal, or material change in coverage.
(See 02. Page CI-4).
Name and address of Certificate Holder.
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-8 TEXAS ST.
DENTON, TEXAS 76201
ItTr11►c� f. / nit•
SEE DEFINITIONS ON PAGE CI-4 ATTACHED.
r
CI-5
DEFINITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that thirty
(30) days prior to the cancellation, non -renewal, or any
material change in coverage, a notice thereof shall be given to
owner by certified mail. If the policy is cancelled for
non-payment of premium only ten (10) days written notice to
owner is required.
3. CONTRACTUAL COVERAGE: (Liability assumed by contract or
agreement, and would not otherwise exist.) The contractual
liability requirement shown on the reverse side of this
Certificate of Insurance under Comprehensive General Liability,
must include a definition of coverage broad enough to provide
coverage for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is provided
as required by the governing contract.
4. CLAIMS MADE POLICY FORM•: Required period of coverage will be
determined by the following formula: Continuous coverage for
the life of the contract, plus one year (to provide coverage
for the warranty period), and a extended discovery period for
a minimum of five (5) years which shall begin at the end of the
warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that involve
the occupancy, construction or alteration- of City -owned or
leased facilities). Insurance is to cover buildings, contents.
(where applicable) and permanently installed equipment with
respect to property damage to structures or portions of
structures if such damage is caused by the peril of fire and
.due to the operations of the contractor. Limit of liability is
to be a minimum of $500,000.
6. OWNER: The term owner shall include all authorities, boards,
bureaus, commissions, divisions, departments, and offices of
the owners, and individual members, employees, and agents
thereof in their official capacities, and/or while acting on
behalf of the owner.
CI - 6
Replace Misc. Water Lines 1991
BID TABULATION SHEET
BID NO. 1419
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
_
2.12-A
I
6" Water Line
7,148
LF
$ Igo
142,960.0
2.12-8
12" Waterline (for Casing)
40
LF
$ 35.00/LF
2
1,400.00
2.12-D
6" Ductile Iron Water Line
82
LF
S 35•�/LF
2,870.00
2.16
Water Service -
158
EA
$ /gA'7z`
y
2.13.1-A
6" Gate Valve
18
EA
$ 343.00/EA
6,174.00
7.6-A
i
4 Man Hole (4 feet deep)
3
EA
$ 1.102.00/EA
3,306.00
2.14-A
y
Fire Hydrant
7
EA
$ 979,00/EA
61853.00
3. B g
Remove Curb & Gutter
76
LF
S 6.00 /LF
456.10
8.2-A
Concrete Curb & Gutter
76
LF
$ 19.00/LF
1,444.00
q
SP-2
Saw Cut Concrete
76
LF
$ 3.00 /LF
228.00
to
6.4
1
12" Bore
82
LF
$ 147.00 /LF
12,054.00
SP-40
Cut & Plug Existing Water
19
EA
$ 306,00 /EA
5,814.00
i2,
Line
SP-37
Excavation Protection
500
IF
$ 10.00 /LF
5,000.00
1�
1.21
Contractors Warranties and
-
LS
$ 13,464.00 /LS
1H
Understandings
13,4b4.00
SP-10
Rock Excavation
50
CY
$ 25,00 /CY
1,258.00
r
SP-41
1
Sawcut Asphalt
10,608
LF j
$ 1.00 /LF
10,608.00
3.1 7
1,
Preparation of
RS ht-of-Wa
-
LS
$ 6,120.00 /LS
6,120.00
SP-39
Project Signs
2
EA
$ 306.00 /EA
1�
612.00
8.1
1
Barricades, Warning Signs
-
LS
$ 7,344.00 /LS
71344.00
and Detours
2.12.8 e2
Cast Iron Fittings
1,500
LB
$ 2.00 /LB
3,000.00
r
2.12-C
6" SOR 26 Sanitary Sewer
120
LF
$ 31.00 /LF
31720.00
P — 3
4•
Replace Misc. Water Lines 1991
(Continued)
WORK DAYS 55
HID NO. _JA12_
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
Materials incorporated
into project plus labor
t� yi/lo
5
Other
Total
�ao�yo6
P — 4
Payne Drive Water Line
••VBID NO. —912
Po NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
2.12-B
12" Water Line
1,336
LF
1801 /LF 511,
2.12-E
12" Ductile Iron Pipe
99
LF
$ 47.00 /LF
i
2.14-B
Fire Hydrant Connection
1
EA
$ 673.00 /EA
2.13.1-B
12" Valve
1
EA
$ 857.00 /EA
y
2.14-A
Fire Hydrant
2
EA
f,346.00 /EA
6.4
20" Bore
99
LF
$ 228.00 /LF
SP-40
rf
Cut and Plug Existing
Water Line
1
EA
$ 306.00 /EA
SP-41
Sawcut Asphalt
2,574
LF
$ 1.00 /LF
1.21
Contractors Warranties and
-
LS
1,386.00 /LS
6)
Understandings
SP-10
Rock Excavation
200
Cy
$ 25.00 /CY
10
3.1
Preparation of
-
LS
4,224.00 /LS
11
Ri ht-of-Wa
SP-39
Project Signs
2
EA
$ 386.00 /EA
13+
8.1
Barricades, Warning Signs,
-
LS
1,459 00 /LS
�?
and Detours
2.12.8
Cast Iron Fittings
1,600
LB
$ 2.00 /LB
SP-37 t S
Excavation Protection
1,331
LF
$ 1.00 /LF
Materials incorporated
into project plus labor
Other
Total
p - 5
TOTAL
768.00
4,653.00
673.00
857.00
21M.00
22,572.00
30b.00
2,574.00
5,386.00
5, ON.00
1,224.01
612.00
1,959.00
3,200.00
1,331.00
$
$ 103"009
Peak Street Sanitary Sewer
WORK DAYS 30
BID NO. 1412
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12-C
8" Sanitary Sewer (SDR26)
482
LF
$ �9.3 F
13,478.011
2.12-D
8" Sanitary Sewer (SDR35)
958
LF
$14 C0 /LF
_2.992.00
2.12-E
6" Sanitary Sewer
95
LF
$ -n Eno /LF
::1185,00
WS-11
Sewer Service
34
EA
$ 429,00 /EA
14,556.00
7.6-A
4' Concrete Manhole
5
EA
$ 1,041.00 /EA
5,205.00
7.6-B
4' Drop Manhole
1
EA
$ 1,531,00 /EA
1,431.00
7.6-D
5' Drop Manhole
1
EA
$ 3, 623.00 /EA
3, 623. 010
SP-8
Abandon Manhole
3
EA
$ 45.00 EA
735.00
7.6-C
Rebuild Manhole
1
EA
$ 1,530.00 /EA
1,"0.00
3-A
Remove Concrete Pavement
9
BY
$ 28.00 /SY
:52.00
SP-2
Sawcut Concrete
24
LF
$ 3.00 /LF
72.00
SP-41
Sawcut Asphalt
4,122
LF
$ 1.00 /LF
4,122.00
5.8
6" Concrete Pavement
9
SY
$ 60.00 /BY
540.00
7.4.5
Class A Concrete
1
CY
$ 245.00 /CY
245.00
SP-4
Lower Water Lines
4
EA
$ 2,44:3,00/EA
79L00
SP-37
Excavation Protection
950
LF
$ 'MO /LF
1;900,00
1.21
Contractors Warranties and
Understandings
-
LS
$ 4,896.00/LS
4IF6.00
8.1
Barricades, Warning Signs,
and Detours
-
LS
$ 1,714.00/LS
1,714.00
SP-10
Rock Excavation
50
CY
$ y5,0a/CY
1,250,03
SP-39
Project Signs
2
EA
$ 306.00/EA
612.00
3.1
Preparation of
-
LS
$ I,r04,00/LS
1,224.00
Peak Street Sanitary Sewer
(Continued)
BID TABULATION SHEET
WORK DAYS 30
BID NO.
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
Materials incorporated
into project plus labor
Other
SEz y�v
Total
�I
P — 7
BID SUMMARY
REPLACE MISCELLANEOUS WATER LINES 1991
TOTAL BID PRICE IN WORDS l
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.
CONTRACTOR
BY t ) e"
At4:ins Bros Equip Co., Inc
919 W. Marshall
Grand Prairie, Tx 75051
City and State
Seal & Authorization
(If a Corporation)
Telephone
Fl�
BID SUMMARY
PEAK STREET SANITARY SEWER
TOTAL BID PRICE IN WORDS
/ViNt:-7- H/C3f/ y F -L'
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.
CONTRACTOR
BY�CS� �yQr
Atkins Bros Equip Co-e Inc
918 W. Marshall
Grand Prairie, Tx 75051
City and State
Seal & Authorization C
(If a Corporation) 1Y1 '
Telephone
B - 2
BID SUMMARY
PAYNE DRIVE WATER LINE
TOTAL BID PRICE IN
L lL�-/fJ- N,Z.J.�✓��'�7j �E/i'cR� ��%! L- ✓i':z. �
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.
CONTRACTOR
BY -� G 8 / ��Pl
At4:ins Bros Equip Co., Inc
918 W. Marshall
Grand Prairie, Tx 75051
ty and State
Seal & Authorization
(If a Corporation)
M,zj'/-,�'`17-5'K9(f;
Telephone
B - 3
BID SUMMARY
Project Name
Replace Misc. Water Lines 1991
Payne Drive Water Line
Peak Street Sanitary Sewer
Work Days 4!� Bid
65 $
30 $ 92-, 9 T q
Payne Drive is to be completed first and within the specified work
days in the event that one contractor obtains the contract for the
Payne Drive Project and at least one of the other contracts. Also
in that event, each project is to be completed including cleanup
before moving on to another project.
B - 4
CONTRACT AGREEMENT
lZ-�S2
STATE
OF
TEXAS §
COUNTY
OF
DENTON §
THIS AGREEMENT, made and entered into this
SEPTEMBER- A.D., 19 92 , by and between
CITY OF DENTON
of the County of DENTON
through LLOYD V. HARRELL
15
day of
and State of Texas, acting
thereunto duly
authorized
so to do,
hereinafter termed "OWNER," and
WILLIAM J.
SCHULTZ, INC.,
DBA CIRCLE
"C" CONSTRUCTION COMPANY
P. 0. Box 40328, Fort Worth, TX 76140
of the City of FT WORTH County of TARRANT
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 # 1412 - REPLACE MISCELLANEOUS WATER LINES 1991 AND PAYNE DRIVE WATERLINE
(SECTION A & B) in the amount of $331,949.50
and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement; and at his (or
their) own proper cost and expense to furnish all materials,
supplies, machinery, equipment, tools, superintendence, labor,
insurance, and other accessories and services necessary to complete
the work specified above, in accordance with the conditions and
prices stated in the Proposal attached hereto, and in accordance
with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids),
Instructions to Bidders, and the Performance and Payment Bonds, all
attached hereto, and in accordance with the plans, which includes
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:
ATTEST:
AS TO FORM:
ty Atto
WILLIAM J. SCHULTZ, INC., DBA
CIRCLE "C" CONSTRUCTION COMPANY
CONC R
By TRA--
Title
WILLIAM J. SCHULTZ, PRESIDENT
(SEAL)
CA - 3
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
0
01
WILLIAM J. SCHULTZ, INC., DBA
KNOW ALL MEN BY THESE PRESENTS: That CIRCLE "C" CONSTRUCTION COMPANY
of the City of FT WORTH
County of TARRANT , and State of TEXAS
as PRINCIPAL, and SAFECO INSURANCE COMPANY OF AMERICA
, 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 THREE HUNDRED THIRTY ONE THOUSAND NINE
HUNDRED FORTY NINE and 50/100------- Dollars ($ 331,949.50 ) for the
payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the OWNER, dated the 15 day of SEPTEMBER
19 92 , for the construction of BID # 1412 - REPLACE MISCELLANEOUS WATER LINES
1991 AND PAYNE_DRIVE WATERLINE (SECTION A & B) in the amount of $331,949.50
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 Article 5160 of the Revised Civil Statutes of Texas
as amended by acts of the 56th Legislature, Regular Session, 1959,
and all liabilities on this bond shall be determined in accordance
with the provisions of said Article to the same extent as if it
were copied at length herein.
PB - 1
PROVIDED FURTHER, that if any legal action be filled upon this
bond, venue shall lie in DENTOx Texas. County, State of
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 anywise
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 23RD day of SEPTEMBER
19 92 . I
WILLIAM J. SCHULTZ, INC., DBA
CIRCLE "C" CONSTRUCTION COMPANY
Principal
By
WILLI J. S LTZ,
Title PRESIDENT
Address: P. 0. Box 40328
Fort Worth, TX 76140
4
ti (SEAL)
SAFECO INSURANCE COMPANY OF AMERICA
Surety
SHERYL A.
Title ATTORNEY -IN -FACT
Address: Safeco Plaza
Seattle, WA 98185
(SEAL)
The
name and
address of the
Resident Agent of Surety is:
JOHN'A.
MILLER &
ASSOCIATES, INC.
234 Emma Street, Fort Worth, TX 76111
NOTE: Date of Bond must not be prior to date of Contract.
PB - 2
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 anywise
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this 23RD _ day of SEPTEMBER
19 92 ,
WILLIAM J. SCHULTZ, INC.,DBA
CIRCLE "C" CONSTRUCTION COMPANY
Principal
By
Title PRES DENT
Address: P. 0. Box 40328
Fort Worth, TX 76140
(SEAL)
SAFECO INSURANCE COMPANY OF AMERICA
Surety "—
SHER A. KL T S
Title ATTORNEY -IN -FACT
Address: Safeco Plaza
Seattle, WA 98185
(SEAL)
The
name and
address of
the Resident Agent of
Surety is:
JOHN
A. MILLER &
ASSOCIATES,
INC.
234 Emma Street, Fort Worth, TX 76111
PB - 4
PAYMENT BOND
STATE OF TEXAS S
COUNTY OF DENTON 5
WILLIAM J. SCHULTZ, INC., DBA
KNOW ALL MEN BY THESE PRESENTS: That CIRCLE "C" CONSTRUCTION
COMPANY of the City of FORT WORTH
County of TARRANT and the State of TEXAS
as principal, and SAFECO INSURANCE COMPANY OF AMERICA
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
THE CITY OF DENTON , OWNER in the penal sum of
THREE HUNDRED THIRTY ONE THOUSAND NINE HUNDRED FORTY
WINE Dollars and 50ROO----
($ 331.949.50 )
for the payment whereof, the said Principal and Surety bind
themselves and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the owner, dated the 15 day of SEPTEMBER
19 92 .
BID # 1412 - REPLACE MISCELLANEOUS WATER LINE 1991 AND PAYNE DRIVE WATERLINE
(SECTION A & B) in the amount of $331,949.50
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 Article 5160 of the Revised Civil Statutes of
Texas as amended by the acts of the 56th Legislature, Regular
Session, 1959, and all liabilities on this bond shall be determined
in accordance with the provisions of said Article to the same
extent as if it were copied at length herein.
PB - 3
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in anywise
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Sur t
e y have
signed and sealed this instrument this 23RD _ day of SEPTEMBER
19 92
WILLIAM J. SCHULTZ, INC.,DBA
CIRCLE "C" CONSTRUCTION COMPANY
Principal
By
Title PRES DENT
Address: P. 0. Box 40328
Fort Worth, TX 76140
(SEAL)
SAFECO INSURANCE COMPANY OF AMERICA
Surety
SHER A. KL T S
Title ATTORNEY -IN -FACT
Address: Safeco Plaza
Seattle, WA 98185
(SEAL)
The name and address of the Resident Agent of Surety is:
JOHN A. MILLER & ASSOCIATES, INC.
234 Emma Street, Fort Worth, TX 76111
PB - 4
MAINTENANCE BOND
THE STATE OF TEXAS
COUNTY OF DENTON
COMPANY
P
KNOW ALL MEN BY THESE PRESENTS:
as Principal, and
WILLIAM J. SCHULTZ, INC., DBA
That CIRCLE "C" CONSTRUCTION
SAFECO INSURANCE COMPANY OF AMER =1
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 THTT2 V MRFF `rIe" — 'UN RED NINTY FOUR and 95/100
Dollars 0 33.194.95 ), 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:
WILLIAM J. SCHULTZ, INC., DBA
WHEREAS, said CIRCLE "C" CONSTRUCTION.7COMPANY777 - __-
has this day entered Into a written contract with the sa
of Denton to build and construct BID # 1412 - REPLACEM WATER
AND PAYNE DRIVE WATERLINE (SECTION A & B) in the amount of $331,9 .50
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 days 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.
WILLIAM J. SCHULTZ, INC., DBA
IN WITNESS WHEREOF, the said CIRCLE "C" CONSTRUCTION COMPANY
as Contractor and Principal, has caused these presents to be
executed by WILLIAM J. SCHULTZ, PRESIDENT
and the said SAFECO INSURANCE COMPANY OF AMERICA
as surety, has caused these presents to be executed by .its
Attorney -in -Fact SHERYL A. KLUTTS
and the said Attorney -in -Fact has hereunto set his hand this 23rd
day of SEPTEMBER 19 92
SURETY:
SAFECO IN U ANCE COMPANY OF AMERICA
BY:
SHERYL A. KLUTT
Attorney -in -Fact
PRINCIPAL:
WILLIAM J. SCHULTZ, INC., DBA
CIRCLE "9" CONSTRUCTION COMPANY
WILLIAM J. SCHULTZ
PRESIDENT
MB - 2
® POWER SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY
HOME OFFICE SAFECO PLAZA
SAFECO SEATTLE, WASHINGTON 98185
No. 7498
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA c.1•d GENERAL INSURANCE COMPANY OF AMERICA,each
a Washington corporation, does each hereby appoint
----JOHN A. MILLER; SHERYL A. KLUTTS; STEPHEN K. BRAULICK; Ft. Worth, Texas ---------
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings
and other documents of a similar character issued in the course of its business, and to bind the respective company thereby
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY
OF AMERICA have each executed and attested these presents
this— 2n,d -- ---.— day of April . 19 91
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. — FIDELITY AND SURETY BONDS . the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys -in -tact or under other appropriate titles with authority to execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any
Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be
Impressed or affixed or in any other manner reproduced, provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking "
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(h) A copy of the power -of -attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of -attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof "
I, Boh A Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of
Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the
By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 23rd day of September t9 92
S 17.1 Q W 3 B6 aa!NTID rq 11 S A
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call the company's toll -free telephone number
for information or to make a complaint at
1-800- VZ2-'eVS"S
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, TX 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a
dispute concerning your premium or about a claim you
should contact the agent or the 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.
Prescribed by the State Board of Insurance
Effective May 1, 1992
"ISO IMPORTANTE
Para obtener information o pars someter una queJa:
Usted puede Ilamar all numero de telefono gratis de Is
compania pare information o para someter una queJa al
1-800- --17U-
Puede comunicarse con all Departamento de Seguros de
Texas pare obtener Informacion acerca de companias,
coberturas, derechos o quejas al
1-800-252-3439
Puede escribir at Departamento de Seguros de Texas
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
DISPUTAS SOBRE PRIMA$ O RECLAMOS: Si tiene
una disputa concerniente a su prima o a un reclamo,
dabs comunicarse con el agents o Is compania primero.
Si no as resuelve Is disputa, puede emonces
comunicarse con el Departamento de Seguros de Texas.
UNA ESTE "ISO A SU POLIZA: Este aviso es solo
para proposito de informacion y no as convierte an parts
o condicion del documento adjunto.
Ordenado por all consejo Estatal de Directures de
Seguros, Effectivo el 1 de Mayo 1992
CITY OF DENTON
INSURANCE REQUIREMENTS
FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below.
It is highly recommended that bidders confer with their respective
insurance carriers or brokers to determine in advance of Bid
submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low
bidder fails to comply strictly with the insurance requirements,
that bidder may be disqualified from award of the contract. Upon
bid award, all insurance requirements shall become contractual
obligations which the successful bidder shall have a duty to
maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated
hereinafter.
As soon as practicable after notification of bid award, Contractor
shall file with the Purchasing Department satisfactory certificates
of insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department,
ask for clarification of any insurance requirements at any time;
however, Contractors are strongly advised to make such requests
prior to bid opening, since the insurance requirements may not be
modified or waived after bid opening unless a written exception has
been submitted with the bid. Contractor shall not commence any
work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the
City of Denton.
All insurance policies proposed or obtained in satisfaction of
these requirements shall comply with the following general
specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or
longer, if so noted:
o Each policy shall be issued by
business in the State of Texas
rating of at least A
a company authorized to do
with an A.M. Best Company
o Any deductibles or self -insured retentions shall be
declared in the bid proposal. If requested by the City,
the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
Officials, agents, employees and volunteers; or, the
CI - 1
contractor shall procure a bond guaranteeing payment of
losses and related investigations, claim administration and
defense expenses.
o Liability policies shall be endorsed to provide the
following:
00 Name as additional insured the City of Denton, its
Officials, Agents, Employees and volunteers.
oo 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.
o All policies shall be endorsed to provide thirty(30) days
prior written notice of cancellation, non -renewal or
reduction in coverage.
o 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.
o 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.
o 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.
SPECIFIC ADDITIONAL INSURANCE REQUIREMEMTS!
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:
CI - 2
[X] General Liability Insurance:
General Liability insurance with combined single limits of not
less than $500,000 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:
o Coverage A shall include premises, operations, products,
and completed operations, independent contractors,
contractual liability covering this contract and broad
form property damage coverages.
o Coverage B shall include personal injury.
o 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:
o Bodily injury and Property Damage Liability for
premises, operations, products and completed operations,
independent contractors and property damage resulting
from explosion, collapse or underground (XCU) exposures.
o Broad form contractual liability (preferably by
endorsement) covering this contract, personal injury
liability and broad form property damage liability.
[X] Automobile Liability Insurances
Comprehensive or Business Automobile Liability insurance shall
be provided by the Contractor with limits of not less than
$1,000,000 per occurrence either in a single policy -or in a
combination of underlying and umbrella or excess policies.
The policy will include bodily injury and property damage
liability arising out of operation, maintenance or use of any
auto, including owned, non -owned and hired automobiles and
employee non -ownership use. (ISO Form CA 0001 Current
Edition)
[X] Workrrs Comnensati_" Insurance
Contractor shall purchase and maintain Worker's Compensation
insurance which, in addition to meeting the minimum statutory
requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident,
$100,000 per each employee, and a $500,00o policy limit for
CI - 3
occupational disease. The
"Additional Insured" but the
rights of subrogation against
employees and volunteers for
by the Named Insured.
CI - 4
City need not be named as an
insurer shall agree to waive all
the City, its officials, agents,
any work performed for the City
DEFINITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that thirty
(30) days prior to the cancellation, non -renewal, or any
material change in coverage, a notice thereof shall be given to
owner by certified mail. If the policy is cancelled for
non-payment of premium only ten (10) days written notice to
owner is required.
3. CONTRACTUAL COVERAGE: (Liability assumed by contract or
agreement, and would not otherwise exist.) The contractual
liability requirement shown on the reverse side of this
Certificate of Insurance under Comprehensive General Liability,
must include a definition of coverage broad enough to provide
coverage for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is provided
as required by the governing contract.
4. CLAIMS MADE POLICY FORM: Required period of coverage will be
determined by the following formula: Continuous coverage for
the life of the contract, plus one year (to provide coverage
for the warranty period), and a extended discovery period for
a minimum of five (5) years which shall begin at the end of the
warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that involve
the occupancy, construction or alteration of City -owned or
leased facilities). Insurance is to cover buildings, contents_
(where applicable) and permanently installed equipment with
respect to property damage to structures or portions of
structures if such damage is caused by the peril of fire and
.due to the operations of the contractor. Limit of liability is
to be a minimum of $500,000.
6. OWNER: The term owner shall include all authorities, boards,
bureaus, commissions, divisions, departments, and offices of
the owners, and individual members, employees, and agents
thereof in their official capacities, and/or while acting on
behalf of the owner.
CI - 6
ICATE OF� INSURANCE{ ISSUE GATE IMM/OD/YY)
.w
i.a ..N9/23/92
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
JOHN A. MILLER & ASSOCIATES, INC.
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
P.O. BOX 7214
POLICIES BELOW.
FORT WORTH, TEXAS 76111-0214
COMPANIES AFFORDING COVERAGE
817-834-7111 817-834-7115 FAX
LEETTERNYA
ST. PAUL LLOYDS INSURANCE COMPANY
INSURED
COMPANY
LETTER 8 ST. PAUL FIRE & MARINE INSURANCE COMPANY
WILLIAM J. SCHULTZ, INC. DBA
COMPANY
C
CIRCLE "C" CONSTRUCTION COMPANY_, et al
LETTER THE ST. PAUL INSURANCE COMPANY
P.O. BOX 40328
COMPANY
D
FORT WORTH, TEXAS 76140
LETTER
COMPANY E
LETTER
y„ e�,5 x-•, ry, ,r
COVERAGES;. ..:=ic.:''�d: �:'`,;;`..f. ��ik� _
.. 'fi`i.. °f>, Y' s<iE �, #- '• £�ql Yt� 4;�`-'
.:i���' _ S: .L`+iS`�F'...i'+r 't,
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 TYPE OF INSURANCE POLICY NUMBER
LTR
POLICY EFFECTIVE! POLICY EXPIRATION
LIMITS
DATE (MM/DD/YY) '; DATE (MM/DD/YY)
GENERAL LIABILITY
GENERAL AGGREGATE $ 2,000,000
A X COMMERCIAL GENERAL LIABILITY 0691NJ2210
8-12-92 1 8-12-93 PRODUCTSCOMP/OPAGG. i$z,000,OOO
CLAIMS MADE X .00CUR.
PERSONAL 8 ADV INJURY i $ 1,000,000
OWNER'S 8 CONTRACTOR'S PROT.
EACH OCCURRENCE i $ 1,000,000
X INCLUDES CONTRACTUAL
I FIRE DAMAGE (Any one tire) $ 50,000
j MED. EXPENSE (Any one person) $
AUTOMOBILE LIABILITY
I COMBINED SINGLE
B ' X ANY AUTO
0691NJ2210-1
' ! LIMIT $
1 ) 8-12-92 1 8-12-93 '.:.-_.._.__.- ._... ._...._ 1.,0001000
ALL OWNED AUTOS
-
I
' BODILY INJURY +
SCHEDULED AUTOS
(Per person) $
HIRED AUTOS
'BODILY INJURY $
X. NON-OWNEO AUTOS
(Par accident)
GARAGE LIABILITY
PROPERTY DAMAGE $
EXCESS LIABILITY
EACH OCCURRENCE $ 2,000,000
G X UMBRELLA FORM 0691NJ2210-2
8-12-92 8-12-93 AGGREGATE $ 2,000,000
_.
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
� - STATUTORY LIMITS
AND
EACH ACCIDENT $
- ... .
EMPLOYERS' LIABILITY
DISEASE —POLICY LIMIT $
DISEASE —EACH EMPLOYEE $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
PROJECT: BID # 1412 - PAYNE & PEAK STREET - WATER & SEWER (SECTION A & B)
CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED ON THE ABOVE POLICIES
CE TIFICATE,HOLDEp,; . .....-,,,,,:.,�.�y., ,., }, ,.,,.y.
..: .. ,, ., .F+:>•~._._
�ix.`rZ:a,S
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF DENTON, TEXAS
{ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
ATTN: PURCHASING AGENT:
MAIL30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
901-B TEXAS STREET
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
DENTON, TEXAS 76201
(; LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
[`. AUTIrPIZED REPRESENT TIVE
'ACORD'25=S'(7%90) - 0
UU1- O-UC HUN 1UIg0
jl.ACHDR10. C%ERTIF
I PRODUCER
F. 2
ISSUE DATE (MMIODIYV)
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS C
DOES McCollum, Miller & Lovelace, Inc. POLICESBELOEWD,EXTEND ORALTER THE COVERAGE AFFORL
2301 E Lamar Blvd, Suite 300
Arlington, TX 76006 COMPANIES AFFORDING COVERAGE
COMPANY
(817) 640-7888 LETTER A Petrosurance Casualty Company
COMPANY
INSURED LETTER B
Circle 'ICB Construction CO. COMPANY
LETTER C
P O Sox 40328
Ft. Worth, TX 76140 COMPANY
LETTER D
COMPANY E...
LETTER
'A
I
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED'IIELOW HAVE BEEN ISSUED.TO THE INSURED NAMED ABOVE POR THE11 F INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 1
CERTIFICATE ,MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO At
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE(MMIDDIYY) DATE;MMIDIWYY)LIMITS,
COMMIERC:AL GENERAL LIA91 TY
CLAIMS MADE OCCUR.
OVRIER'6 & CONTRACTOR'S FROT
IMOBILE LIABILITY
ANY ALTO
ALL OWNED AJTQS
SCHEDULED ALTOS
HIRED AUTOS
NON.OWNED AUTOS
GARAGE LIABILITY
'.55 LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORA+
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
WC 42-911115-02
i
GENERAL AGGREGATE S
PRODUCTS-COMPIOP AGG. S
PERSONAL S ADV, INJURY S
EACH OCCURRENCE S
FIRE DAMAGE (Any one We) S
MED, EXPENSE (Any one po'son) S
COMB+NED SINGLE
LIMIT S
- BODILY INJURY S
(Per person)
BODILY INJURY $
(Pee OnIdent)
9-10-92 9-10-93
I
PROPERTY DAMAGE S
AGGREGATE'`,V� S
I SIAIUTORY LIMITS
EACH ACCIDENT S
DISEASE —POLICY LIV'T S
DISEASE —EACH EMPLOYEE S
Project: Bid #1412-Payne & Peak Streets - water & Sewer (Section A & B)
City of Denton, TX
Attn: Purchasing Agent
901-B Texas Street
Denton, TX 76201
THE TERMS,
500,000
500,000
500,000
SHOULD ANY OF THE ABOVE OESCRIBED POLIQIt:S DE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL -+3. o DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES
IUTHORREDA PR IVE Charles R. Lovelace
ACORD 25-S
0ACORD CORPORATION 1090
Replace Misc. Water Lines 1991
WORK DAYS 65
BID NO. 1417
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12-A
6" Water Line
7,148
LF
$ S LF
as y
00
/G083D
2.12-B
12" Waterline (far Casing)
40
LF
$-O oo /LF
00
/070 0
2.12-D
6" Ductile Iron Water Line
82
LF
$ I?G Oo /LF
I? /J� 00
2.16
Water Service
158
EA
$300 66/EA
y7,/O000
2.13.1-A
6" Gate Valve
18
EA
$3s0 pO/EA
/,,,0000
7.6-A
4 Man Hole (4 feet deep)
3
EA
$ l5^0 p6/EA
o?p S0 00
2. 14-A
Fire Hydrant
7
EA
$ /SOO or)
00
/D.SOd o0
3.B
Remove Curb & Gutter
76
LF
$ J1 00 /LF
ao28 60
8.2-A
Concrete Curb & Gutter
76
LF
S /s 66/LF
//,YD D0
SP-2
Saw Cut Concrete
76
LF
$ 60 /LF
/sue 6 0
6.4
12" Bore
82
LF
$ ��c p0 /LF
5270 O 6
SP-40
Cut & Plug Existing Water
Line
19
EA
$�v`�00 SEA
y7SO00
SP-37
Excavation Protection
500
LF
$ ,-5-0 /LF
1.21
Contractors Warranties and
Understandings
-
LS
�"
S S�SO0 l LS
y�OO o a
SP-10
Rock Excavation
50
CY
$ /0 ao/Cy
5-0 p ° L
SP-41
Sawcut Asphalt
10,608
LF
$ 00 /LF
O
3.1
Preparation of
Right-of-Way/00
-
LS
$ /00 p0/LS
p 0
SP-39
Project Signs
2
EA
$ /00o6/EA
p 0 GO
8.1
Barricades, Warning Signs
and Detours
-
LS
$ /00000
/000 0 0
2.12.8
Cast Iron Fittings
1,500
LB
$ / 00 /LB
Od
/SOO
2.12-C
6" SDR 26 Sanitary Sewer
120
LF
$ �O 6-0 /LF
0 0
�Y00
P - 3
Replace Misc. Water Lines 1991
(Continued)
BID NO. 1412
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
Materials incorporated
into project plus labor
c
Other
Total
P — 4
"Payne Drive Water Line
WORK DAYS 30
BID NO. 1412
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12-B
12" Water Line
1,336
LF
$ a °6 /LF
°O
V00o o
2.12-E
12" Ductile Iron Pipe
99
LF
$ j� o '/LF
OG
0 �Gs
2.14-B
Fire Hydrant Connection
1
EA
$ 75-000/EA
%j O °O
1
EA
$ %j 0 /EA
o 0
2.13.1-B
12" valve
2.14-A
Fire Hydrant
2
EA
00
$ /SOO /EA
3000 °
99
LF
$ !/S 06/LF
6.4
20" Bore
SP-40
Cut and Plug Existing
1
EA
00
S7,50 /EA
° O
Water Line
° b
SP-41
Sawcut Asphalt
2,574
LF
S / °O /LF
1.21
Contractors Warranties and
-
LS
$/OOO�o/LS
oG
/000
Understandings
SP-10
Rock Excavation
200
CY
_
$ 7c5 O /CY
/�00 0
3.1
Preparation of
-
LS
$ /00 0'0/LS
/'00 ° 6
Right -Of -Way
co
O°
SP-39
Project Signs
2
EA
$ /00 /EA
";�'00
8.1
Barricades, Warning Signs,
-
LS
$ /0000o/LS
O
/ODO °
and Detours
00
2.12.8
Cast Iron Fittings
1,600
LB
$ / p0 /LB
00
SP-37
Excavation Protection
1,331
LF
$ f4 /LF
//�
to lv lsO
$,i'/890 8
Materials incorporated
into project plus labor
S3ySy�s
other
S/oly 5'3R5
Total
P - 5
Peak Street Sanitary Sewer
WORK DAYS 30
BID NO. 1412
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12-C
8" Sanitary Sewer (SDR26)
482
LF
$ gop6 /LF
2. 12-D
8" Sanitary Sewer (SDR35)
958
LF
$ -5 ;' `5 O/LF
2.12-E
6" Sanitary Sewer
95
LF
$.j p 0 /LF
0G
WS-11
Sewer Service
34
EA
$ e,5-0'90/EA
/00 OC)
7.6-A
4' Concrete Manhole
5
EA
oa
$ /o o /EA
00
'�'000
7. 6-B
4' Drop Manhole
1
EA
$�O00 /EA
00
� ODO
7.6-D
5' Drop Manhole
1
EA
$�,Spp0/EA
A.SDO0
SP-8
Abandon Manhole
3
EA
$ �/0000/EA
7.6-C
Rebuild Manhole
1
EA
q
S /0000/EA
/000 00
3-A
Remove Concrete Pavement
9
SY
$ /0 00/SY
c/O 00
SP-2
Sawcut Concrete
24
LF
$ o/LF
y8 00
SP-41
Sawcut Asphalt
4,122
LF
$ / ° o/LF
5�j��? p0
5.8
6" Concrete Pavement
9
SY
j O/SY
�9� SO
7.4.5
Class A Concrete
1
CY
$ %S O%CY
7s-00
to
SP-4
Lower Water Lines
4
EA
$,,�0000 /EA
8000
SP-37
Excavation Protection
950
LF
$ / O /LF
O
95 O 0
1.21
Contractors Warranties and
-
LS
$, 500 0 /LS
0 60
understandings
8.1
Barricades, Warning Signs,
-
LS
$ /0p0/LS
/0 Or)aU
and Detours
SP-10
Rock Excavation
50
CY
$ /0 06 /CY
,.500 0 0
SP-39
Project Signs
2
EA
$�00� /EA
i/O00G
3.1
Preparation of
-
LS
$ /00 '%LS
/OO 0 0
Peak Street Sanitary Sewer
(Continued)
BID TABULATION SHEET
WORK DAYS 30
BID NO.
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
Materials incorporated
into project plus labor
00
S.5-1/0/3
Other
$S/O/ %'s1
Total
S
P - 7
BID SUMMARY
REPLACE NMCELLANF.OUS WATER LINES 1991
TOTAL BID PRICE IN
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.
(��//.a.n ✓ .Sclu /fir// .1nc�a���c.
CONTR/AC70R
BY
.5 o /--' %Q mrrr e Sf
Street Address
City and State
Seal & Authorization
(if a Corporation)
Telephone
B - 1
BID SUMMARY
PEAK STREET SANITARY SEWER
TOTAL BID PRICE IN WORDS oar //11,4 �vt iln.isa.�"/
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
proposal, shall control over extensions.
/1 d�a
CONTRACTOR
BY G/L�G� /r
io.S//Ytn f
SOO 4-1 Ta mm n //
Street Address
/, of f �oi/,IX, 70 -a S
City and State
each item listed in this
Seal & Authorization
(If a Corporation) 7 ,�7
Telephone
B - 2
BID SUMMARY
PAYNE DRIVE WATER LINE
TOTAL BID PRICE IN
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
proposal, shall control/ over
extensions.
Z')11I/4i17
/C �O
(,/i G/ 17, to Z;
CONTRACTOR
BY'/' L
_150 Z,, Ta 117,17//
�, f G L41
Street Address
each item listed in this
City and State
Seal & Authorization
(If a Corporation) 11�1 %51-
Telephone
y
B - 3