HomeMy WebLinkAbout1990-184ORDINANCE NO. �d
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
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and
plans and specifications therein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the following competitive bids for the
construction of public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according
to the bid number assigned hereto, are hereby accepted and approved
as being the lowest responsible bids:
BID NUMBER
1153
1159
1ii1:i:3
CONTRACTOR
Jagoe Public Company
Denton Trinity Roofing
Northeast Service Inc
AMOUNT
$718,285.40
See Exhibit A
not to exceed
$ 58, 467. 00�
See Exhibit B
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 Pro-
posals, 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
hereby authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bids and authorized contracts
executed pursuant thereto.
SECTION V. That this ordinance shall become effective im-
mediately upon its passage and approval,
PASSED AND APPROVED this the i day of ,1990.
V P ta&L'j
BOB CASTLEBERRY, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
BY: a��
lZma d
DATE: 11-20-90
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: Bid #1153--Bell, Mingo & Scripture Drainage
RECOMMENDATION: We recommend this bid be awarded to the
lowest bidder, Jagoe Public Construction Co., in the amount
of $718,285.40.
SUMMARY: This bid is for the labor, materials & supplies to
install storm sewer and other drainage related items in
these general areas:
1) Intersection of Bell Avenue & Mingo Road, North on Mingo
to Vine and along Vine to Grove
2) Intersection of Mingo & Schmitz, Northeast along Mingo to
Ruddell
3) Along Scripture from I35 East to Bonnie Brae
BACKGROUND: Tabulation Sheet
Memorandum from Jerry Clark dated 11/2/90
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED:
Engineering Department and citizens utilizing
these areas.
FISCAL IMPACT: Funds for this project will come from bond
funds for drainage improvements.
Resp /fullly sub i ted:
L1 d V. Harrell
City Manager
Prepared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
W
N
r
H
C]
�d
H
H
— — —
— — —
— —
— —
— — —
— —
0
N
t7
t7
O
z
pyo
czi
— — —
— — —
— —
— —
— —
—
�]
td
td
H
m
L�
td
.�-
C'
yH
y
H
H
zzO\y
O
w
Cyyr
H
m
[O=7
9 Gz]
r
�y,y
H
n
Ln
w
^Z
ytn
L-J
it=]
txj 0
7d
H
a
H
H
r
c�
Gai
z
o
H
N
t2i
ci
n
t1i
x
--------------------------
a
r
y
yr
to
to
7
oN
F"
vw,
vim,
lC
Z
rC
to
r
00
to
z
m
to
is
rn
L ,
O
td
W
N
H
00
7d
"u
O
00
ON
ON
O
O
O
O
O
O
Cl
O
O
— — —
— — —
— —
— — —
— —
— —
— — —
— —
— — — —
H
— —
H
00
N
N
W
C
O
N
N
ON
w
rC
O�
00
V
O
L=7
l�
cn
U]
Go
W
Oo
Lil
O
t�l
00
O
V
0
7d
7J
V
�O
W
L
C
H
W
O
V
(')
O
O
O
O
t+]
— — —
— — —
— —
— —
— — —
— —
— — —
— —
In
— — — —
— —
x
co
r
N
w
C
t7
F
V
00
00
tsJ
En
t+]
n
cn
rn
o
00
w
0 0
O
O
00
N
v
z
W
w
W
lO
r
co
H
v
o
�
w
0
0
0
0
— — —
— — —
— —
— — —
— —
— —
— — —
— —
— — — —
4
— —
a
V
r
N
W
C
O
r
4-
w
t3l
m
Go
�
O
O
6
ro
Cn
N
o
N
O
G
00F
t
00
H
In
W
C)
O
O
O
O
—
—
—
—
— — —
— — —
— —
— —
— — —
—
— — —
—
— — —
C]
—
O
0o
r
N
C
m d
i-C
i0
O
W
InG
po N
Lei
C
V]
In
lO
0
C] Pd
C�
00
00
07
V
w
W
"�
W
�O
r
aV
O
H 0
oz
— — —
0
— — —
0
— — —
o
— —
O
— —
— —
— — —
— —
— — — —
— —
CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON, TEXAS 76207 / TELEPHONE (817) 566-8200
MEMORANDUM
DATE: November 2, 1990
TO: Tom Shaw, Purchasing Agent
FROM: Jerry Clark, Director of Engineering & Transportation
SUBJECT: Bid 1153
The lowest bid for the Bell, Mingo, and Scripture Drainage project was
received from a local contractor (Jagoe Public) . The unit prices have been
reviewed by Engineering personnel. Our pre -bid estimates for the project were
lower than the �718,285.40. However, 5 bids were received. The low bid is
$108,400 below any other bidder. This suggests the prices received are good
based on current market conditions since 15% was left on the table.
The bond funds available will allow us to fund this project with no transfers
or impact on interest money. The Scripture bid leaves over $180,000 to do
paving which is completely adequate based on the Street Department doing most
of the work.
Please place this project on the November 20, 1990 City Council agenda for
approval.
J
Jerry Clarl
0927E
ZS 1 lIt i
id S- AUiN W164bl
go_,py
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 20 day of November
A.D., 1990 , 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 teemed "OWNER,' and
Of the City of Denton
County of ll�nton
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
the conditions expressed in the bonds bearing even datey OWNER, and under
herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below;
BID $11sl — Rrnr
and all extra work in connection therewith, under the terms as stated in
General Conditions of the agreement; and at his the
(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
actor ante with all the General Conditions of the Agreement, the Special
Condittkons, 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
�•5 i_
other drawings and printed or written explanator
Specifications therefore, as prepared by Y matter thereof
city nP„r , and the
Fn nin ring S ff
all of which are made a part hereof and ,
constitute the entire contract.
collectively evidence and
Independent status
it is mutually understood and agreed by and between City Contractor _that Contractor is an and
contractor and shall not be
deemed to be or considered an Y and
Purposes of income tax employee of the City of Denton, Texas leave benefits, worker's wcompensationso or
. for the
City shall not have supervision and control n contractor sor vacation of sick
Y other City employee benefit.
Contractor, and it is expressly understood that Contractor shall
services hereunder according to the Y employee of
direction of the City attached specifications at the form the
Y Manager of the City of Denton, Texas or general
under this agreement.
his designee
Indemnification
Contractor shall and does hereby agree to indemnify
the City of Denton from any and all damages, loss or
whatsoever, and hold harmless
. by reason of injury to property or third liability of any kind
error, omission or negligent act of Contractor,persons occasioned by any
employees, invitees, and other persons for whom itits officers
regard to the is legally ' agents,
and Performance of this Agreement, and Contractor gwill,
liable, with
expense, defend and protect the City of Denton against an
claims and demands. at its cost
Y and all such
Choice of Law and Venue
This agreement shall be governed bythe l
venue for its construction and enforcement shalllieoint the he tcourts of ate xDentand
on
County, Texas.
The CONTRACTOR hereby agrees to commence work �
established for the start of work as set on or after the date
work and complete all forth in written notice to commence `l 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
agreement in
the parties of these
first above written.
`ATTEST:
ATTEST:
WITNESS WHEREOF,
the year and day
CA-3
0114s
presents have executed this
PERFORMNCE BOND
STATE OF TEXAS
COUNTY OF Dr_ )(
KNOW ALL MEN BY THESE PRESENTS: That Jag.. Public Company
of the City of.
County of Denton
Dento, , and State of
as PRINCIPAL, and Texas
—Seaboard q
rr rmmna m,
as SURETY, authorized under the laws of
on
the State of Texas to act as surety , bonds for principals, are held and firmly
bound unto the
as OWNER City UE Denton
, In the penal sum
f
five and 60/100 Dollars Semen—" , r
«718.2�g500
_� for the
Principal and Surety bind themselves and
'
Payment whereof, the said
successors and assi ns th by these p eir heirs, administrators
g , jointly and severally,resents: executors,
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the
20 day of November 1990
11 -Bell N x —' , for the construction of
Scrinr,.,-
which contract is hereby referred to and made a dpart hereof as full
same extent as if copied at length herein. Y and to the
said principal
NOW, THEREFORE, the condition of this obligation is such, that if the
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
meaning of said Contract and the Plans and Specifications hereto annexed intent and
then this
obligation shall be void: otherwise to remain in full
force and effect;
In the event vyl Buie or Guarant Fund Non artici ation
the insurer is unable to fulfill its contractual obligation
under this policy or contract or application or certificate or evidence
Of coverage, the policyholder or certificatehOr certificate
ti not
an insurance guaranty fund or other tifica
Protected by
solvency protection arrangement.
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 20th day of November
199o.
JA ,OF -PURL Tr rnMPANr
Principal
By
Title I/' / j/eA ✓�a�z_
P. 0. Box 250
Surety
Rosemary'Weaver
Title Attorney -in -Fact
Address 5.750 Pineland_Drive, Suite 304
Dallas Texas 75231
-The, name and address of the Resident Agent of Surety is:
Rosemary Weaver - CORROON & BLACK INC, of Dallas
T J 2roin r t TT Cl2n r.RT Fri,,
c t-1 �.
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
(SEAL)
V,
i
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )�
KNOW ALL MENBYTHESE PRESENTS: That Jagoe Public Company
of the City of nnnr.,..
County of neuron and State of Texas as principal, and '
Seahoard 4 r- Comnanv
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 Texas
,.OWNER, in the penal sum of Seyen Hundred Eighteen Thousand
':"' n,..,.tred Fighp, F• 401100 Dollars <$ 71R7
R 40 )
for the payment whereof, the said Principal and Surety bind themselvesand heir
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 20 day of November
19 90
Bid #115 - Bell Mingo & Scripture Drainage in the amount of $7182285.40
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.
In the " 'closure of Guarant
event the insurer Fund Non artici ation
under this policyis unable to fulfill Of coverage, or contract or a its contractual obligation
the policyholder or pplication or certificate
an insurance guaranty fund or or Cersolvenceholder or evidence
is not protected by
- - `--- Y protection
arrangement.
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 WITTINESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 20thday of November , 1990
JAGOE-PUBLIC .COMPANY
Principal
By 9
Title rti.
Address P. 0. Box 250
SEABOARD SURETY COMPANY
Surety
J � L
Rosemary Weaver 7s
Title tt rn -in- act
Address 5750 Pineland Drive Suite 304
ngntnn 76201 -Dallas Texas 75931
L) (SEAL)
I
�;h�� risme'�+'and address of the Resident Agent of Surety is:
Rosemary Weaver - CORROON & BLACK INC of Dallas
Lincoln Centre II;_ 5420 LBJ Frwv Suite 1400 Dallas Texas 75240
PB-4
0092b
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: THAT JACOE PUBi.r COMPANY
as Principal, and Seaboard Surety Comoanv .
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 Sevent One
of
the total amount of he contract or. the paym Dollars
ofswhich �sumR�ncipal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said dagoe Public Company
has this day entered into a written contract with the said City of Denton to build
and construct BID# 1153 — Bell Mingo 6 Scripture Drainage
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, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
In the event Disclosure of Guarant Fund Non
under this the insurer is unable to artici
policy or contract ab fulfill ation
Of coverage the its contractual
an .insurance or
o application or certificate o obligation
guaranty fund or othcersoficatehOr certificate r evidence
is not ldebce
__- lvency protection arrangected y
-- gemer)t.
NOW, THEREFORE, if
agreement to maintain said construction and
period of one (1) year, as herein and said
shall be null and void and have no further
force and effect.
the said Contractor shall perform its
keep same in repair for the maintenance
contract provided, then these presents
effect; otherwise, to remain in full
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
7AOOF.-P B iC COMPANY as Contractor and Principal, has caused
the presents to be executed by
and the said SEABOARD SURETY COMPANY
as surety, has caused these presents to be executed by its Attorney -in -
ea and the said Attorney -in -Fact has hereunto
this fhday of November , IQ go
SURETY:
.$ SEABOARDfSURETY COMPANY
'Bosemary Weaver
a�'::eiAttorney-in--,Fact
0093b
PRINCIPAL:
J_ AGT OE=PUBLIC COMP NY \
_ j
MB-2
act
set his hand
For verification of h authenticity of this Power of Attorney
of Attorney number, the above named individual(s) and details uorf the bond to which the n wpr i and ask for the Power of Attorney clerk. Please refer to the Power
:..<
ACMD190 yj C3
CERTIFICATEDF
5 i i ISSUE DATE (MM/DD/YV)
INSURANCE =`
ILI
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
RAMEY, KING & MINNIS INSURANCE : CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES
707 FIRST STATE BANK BUILDING POL G ES BEMOEW ,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
DENTON, TEXAS 76201
COMPANIES AFFORDING COVERAGE
!—COMPANY
LETTER A NEW HAMPSHIRE INSURANCE COMPANY
----"-----_--____.---_--_-- ------_—._! COMPANY B
INSURED LEER
TT HARTFORI) INSURANCE COMPANY
JAGOE-PUBLIC CQMPANY, INC. $ G,C.RICKS COMPANY
$ SONS, INC. LETTER C
P.O. BOX 2S0
COMPANY
DENTON, TEXAS 76202 LETTER D
COMPANY E
LETTER
,COVERAGES �+ t
K�Y�7^,:.i3w:�'3.6ti_..5:'.>•"F��::;.J*..a
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE,.r
FOR THE POLICY i'ERI()'.j
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 (POLICY EFFECTIVE POLICY EXPIRATION
NUMBER
LTR I DATE (MM/OD/YY) j DATE (MM/DD/YY) I LIMITS
GENERAL LIABILITY
A i COMMERCIAL
i
(GENERAL AGGREGATE �.S_1,
000.,.000_
GENERAL LIABILITY
Ix
(CLAIMS MADEx
'
PRODUCTSCOMPIOP AGG.
�PERSONALBADV
INJURY
-�OCCUR.I
!OWNER'S A CONTRACTOR'S
TCP9939906
lO 1 9O
/ /
lO 1 91
/ /—'-7--1,
I$
000.,DOO__
IEAGH,OCCURRENCE —�$
PROT.
1, 0001000__
....._---
!FIRE DAMAGE (Anyone fire)-1$_-_SO.,
OOO --
MED. EXPENSE (Any one person);
$
I AUTOMOBILE
LIABILITY
I
1ANY
A ix -_..'
I AUTO
'
I BA9942005
I
10/1/90
10/1/91
! COMBINED SINGLE
LIMIT
$
1> 000 000__I
1__-------�—I—
Ix_�ALL
OWNED AUTOS
, I
Ix —SCHEDULED
AUTOS
I
I BODILY INJURY
(Per person)
I $
x
(HIRED AUTOS
j
1 NON OWNED AUTOS
i
BODILY INJURY
' (Tor accident)
— ----
$ I
I ---
-------- -I
—!GARAGE
LIABILITY
I
(PROPERTY DAMAGE
$ !
! EXCESS LIABILITY
—_—lUMORELLAFORM
xx
A
UL1033991 I
10 1 90
/ /
10 1 91
/ /
EACH OCGURRFNt'E
`AGGREGATE
'
$ '
L.1,?)Ol),000 '
$
OTHER THAN UMBRELLA FORM
I
"�> OU�J 011
p'
WORKER'S COMPENSATION
B l AND !
71R'ZCK1235
10 1 90
/ /
10 1 91 !EACH
/ /
(STATUTORY LIMI IS
AccIDENT
-- __. -_.�
$ 500., 000 ..
j - EMPLOYERS' LIABILITY
!
(DISEASE
DISEASE -POLICY LIMIT _ I
f __SOD OOO-.--
i `
!
—EACH EMPLOYEE
$
OTHER 5UU Quo
PROJECT:
BID HliS3 BELL, MINGO AND SCRIPTURE. DRAINAGE
I I i
I
Should any of the above described policies!be cancelled before the expiration date thereof,
the issuing Company will endeavor to mail 30 days written notice to the certificate holder
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
named, but failure to mail such notice shall impose no obligation or liability of any kind
upon the Company, its agents or representatives.
CERTIFICATE_ _OLDER .�...:.::. .. .._.�.•;:';.�..,,, s+o-.: u;,-�..7....{`C_A_NCE_lLA_TION..,,`...,ls�..`.a..#,s.-,r-�...?_,;.....:.'.,„i_rta,`.
..::.. '"�..,... �,^�..';k.ai..tew<
CITY OF DENTON, TEXAS U:',
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
PURCHASING AGENT $;
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WALL ENDEAVOR TO
- 901B TEXAS STREET
MAIL _30_ DAYS WRITTEN NOTICE TO THE CERTIFICATEAOLDER NAMED TO THE
DENTON, TEXAS 76201
�-
LEFT, BU_T_EAIWRE TO MAIL SUCH NOT CE SHALL/IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE MMPA Y, ITS AGENTS OR REPR SENTATIVES. i
AUTHORIZED RVAESENTATIVE j� !
tKfnG`b1I"NNII�/INS/U{2ANCE
ACOP,P 7; S (7/9B)
L-
DATE: 11-20-90
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: Bid #1159--Heritage Oaks Roof Repair Phase II
RECOMMENDATION: We recommend the bid be awarded to the
--------------
lowest bidder, Denton Trinity Roofing, in the amount of
$53,152.00 plus a 10% contingency for additional cost per
foot items if required. Total contract amount to be
$58,467.00.
SUMMARY: This bid is to repair the roofs at Heritage Oaks.
We have recommended the repair of the roofs on 15 of the 24
buildings due to budget restraints. CDBG and Housing
Authority grant funds available total approximately $60,000.
The roofs on 24 buildings were listed on the bid; however,
it was made very clear in the bid documents that the
quantity may be reduced and that if reduced, the remaining
roofs would be repaired at the unit price. The recommended
contractor is aware of the proposed quantity reduction and
is agreeable to these reductions.
BACKGROUND: Tabulation Sheet
Memorandum from Barbara Ross, CDBG Coordinator
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED:
---------------------------------------
Community Development & Residents of Heritage Oaks
FISCAL IMPACT: Funds for this project will come from CDBG
and Housing Authority grants.
L
spe fully-su m'tted:
Lloyd V. Harrell
City Manager
Prepared by:
--� ----
-----------------------
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
In � w N r
bdH
td
ro
—
— —
— — — — — — —
— —
— — —
— —
t=1
t)
U
N
ADZ
c
a
H
O
m :d
N
azPd z
y
� y�dy o� O
0
H
p
a
vi
H t qH d H
co
H
w
.7J.
O
roxd
W
H
y C d H Z
ro�d
H
ttmj
ttij
0
H
O
O
F-J 0 H H
t�J
O
W
xl
9
Cn
r
Z
0
�
d
0
O
tH+] [[ t%' z
9H9
7d
v cn t)
O
ro
H O
ro
t"
90�r+i
H
H
ra
t) (n tj tt >
o
0
x
H
H "a n
Z
O
t7
b
z
�9x a
—
— — —
— — — — — —
— —
— — —
— —
—
— —
— — — —
— —
�10
p
�C
ty
H
o
z
t�i
�
t7
ro
co
Cd0
G N
H
V O N N
p
tx]
In O In In
O
--------------------------
0
ezz�
r
a
H
U
oz
t )
t=J H
H
O O 0O O
O
—
— — —
— — — — — — —
—
— — —
— —
—
— — —
— — —
C]
— —
td
En
i0
to
c
O
l0
tz31
H
t)
ty
C� x9
>
M
In In 1-- In In
In
;0 �OIr NO
O
{H{�]
y
— —
— —
CT p O m N
— — — — — — —
— —
O
— —
— —
—
— — —
tC"
— — —
— —
m
x
:D,
r•
r
Fl•
fi
CITY of DENTON
Community Development Office
110 West Oak Suite B
Denton, Texas 76201
(817) 566-8480
MEMORANDUM
To: Tom Shaw, Purchasing Agent
From: Barbara Ross, Community Development Coordinator
Date: November 6, 1990
Subject: Heritage Oaks Roof Repair Phase II
After consultation with Cheryl Fox, Heritage Oaks Manager,
the decision has been made to accept the b i d of Trinity Roofing
for the repair of roofs at Heritage Oaks.
We would like to accept the bid of $53,152 as quoted for the
first fifteen (15) buildings on the work order (185/188 to
177/180). If possible, the contract should also include a 10%
contingency for additional "cost per foot" items. Total contract
amount will be $58,467.
Please let me know if you have any questions or need
additional information. If this contract amount is correct, let
me know and we will prepare a purchase request. Thank you.
,oiCG�%E-I�CLI✓ ��� hj
Barbara Ross
In The American Tradition
The Community Development Block Grant —
Meeting needs at home,
in the family,
and throughout the neighborhood. I&
90-/SY-
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 20 day. of, November
A.D., 1990 ,'by and between The City of Denton
Of the County of Denton
and State of Texas, acting through
Uud V. Harrell duly authorized so to do,
hereinafter termed 'OWNER,- and
P.O.
Of the City of Denton , County of Denton
and State of Texas , hereinafter termed -CONTRACTOR.'
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by OWNER, and under
the conditions expressed in the bonds bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
BID #1159 - HERITAGE OARS ROOF REPAIR PHASE II in the amount of $58467 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
_cttiet,: drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by Citv of Denton EnQineerinz 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
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
i
ATTEST:
f -'
APPROVED AS TO FORM:
Ci7EY Attorneya
CA-3
0114s
(SEAL)
Denton Trinity Roofing
CONTRACTOR
By l^ \-�
Title
(SEAL)
CITY OF DENTON
' INSURANCE MINIMUM REQUIREMENTS
INSURANCE:
Without limiting any of the other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the contracted work and/or material has been completed/delivered
and accepted by the City of Denton, Owner, the minimum insurance
coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the
Purchasing Department prior to starting any construction work
or activities to liver
certificate(s) shall ematerial The
state that thirty o(30)tdays advance his t�written
notice will be given to the Owner before any policy covered
thereby is changed or cancelled. The bid number and title of the
project should be indicated, and the City of Denton should also
be listed on all policies as an additional named insured. To
avoid any undue delays, it is worth reiterating that:
o Thirty (30) days advance written notice of material change
or cancellation shall be given;
o The City of Denton shall be an additional named insured on
all policies.
I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This
insurance shall protect the Contractor against all claims
under applicable state workmen's compensation laws. The
Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall
be written in comprehensive form and shall protect the
Contractor against all claims for injuries to members of
the public and damage to property of others arising from
the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be
written in comprehensive form and shall protect the
Contractor against all claims arising from injuries to
members of the public or damage to property of others
arising out of any act or omission of the Contractor or
his agents, employees or subcontractors.
CI - 1
To the extent the Contractor's work, or work under his,
direction, may require blasting, explosive conditions, or
underground operations, the comprehensive general liability
coverage shall contain no exclusion relative to blasting,
explosion, collapse of buildings, or damage to underground
property,
The .liability limits shall not be less than:
o A combined_ single limit of $500,000.00
IV. -OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This
insurance shall provide coverage for the 'Owner and its
employees, in the name of the City of Denton, for
liability that may be imposed arising out of the work
being performed by the Contractor. This also includes
liability arising out of the omissions or supervisory acts
of the Owner. Although this insurance is strictly for the
benefit of the Owner, the Contractor is responsible for
obtaining it at his expense.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
INSURANCE SUMMARY:
The Contract 'shall provide insurance to cover operating hazards
during the period of placing the facility in operation and during
testing, and until such time as the facilities are completed and
accepted for operation by the Owner and written notice of that
fact has been issued by the Owner. Approval of the insurance by
the Owner shall not in any way relieve or decrease the liability
of the Contractor hereunder. It is expressly understood that the
Owner does not in any way represent that the specified limits of
liability or coverage or policy forms are sufficient or adequate
to protect the interest or liabilities of the Contractor.
Again, the Owner shall be given a certificate of insurance
indicating that all.of the above policies and the appropriate
limits are indeed enforced. The certificate shall also indicate
that the Owner will be given at least thirty (30) days written
notice of cancellation, non -renewal, or material change of the
required insurance coverage. All responsibility for payment of
any sums resulting from any deductible provisions, corridor or
self -insured retention conditions of the policy or policies shall
remain with the Contractor. The Contractor shall not begin any
work until the Owner has reviewed and approved the insurance
certificates and so notified the Contractor directly in writing.
Any- notice to proceed. -that is issued shall be subject to such
approval by the Owner.
CI - 2
CITY OF DENTON V�
Name and Address of Agency
City of Denton Reference:
Project Name:
Project No:
Phone
Project Location:
Managing Dept:
Name and Address of Insured:
-------------------- ----------
Companies Affording Coverage: --------------------------
A
B
Phone
C -
This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time.
2) The City of Denton is listed as an additional insured as to all applicable coverage.
Company Expiration Limits of Liability
Letter Type of Insurance Polic Number Date In Thousands 000
Comprehensive General Liability
- Occurrence
Occurrence
f
- Claims Made (see #4-Page CI-4)
Bodily Injury
Broad Form to Include:
- Premises/Operations
- Independent Contractors
Property Damage
$
Bodily injury and Property
Damage Combined
$
- Products/Completed Operations
- Personal injury
- Contractual Liability(see #3-Page CI-4)
- Explosion and Collapse Hazard
- Underground Hazard
- Liquor Liability Coverage
- Fire Legal Liability (see #5-Page CI-4)
- Broad Form Property Damage -
-
-
-----------------------------------------
- Professional Errors/Qnissions
--------------
--------
---------------------------
---------
- occurrence
- claims made (see #4-Page CI-4)
Comprehensive Automobile
Liability
Bodily Injury/Person
Bodily Injury/Accident
- Owned/Leased Automobiles
- Non -owned Automobiles
---
------------ -------------
Property Dam - age
---------------------------
--------
j
- Hired Automobiles
-
Bodily Injury/Property
------_--__--
-
-
Damage Combined
j
- Workers' Compensation and
Employers' Liability,
Statutory Amount
eac acci ent
- Owners' Protective Liability
$
Other Insurance
Description of Operations/Locations/Vehicles.
Each policy shall require thirty (30) days notice of
(See #2, Page CI-4).
cancellation, non -renewal, or material change in coverage.
Name and address of Certificate Holder.
CITY OF OFNTON, TEXAS
PURCHASING AGENT -
901-B TEXAS ST. - AUIHORIZEU REPRESENTATIVE
DENION, TEXAS 76201 ,
SEE DEFINIIIONS.ON PAGE C1 4 ATTACHED.
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. CONTRACPURAL 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 - 4
MUCH-a2�
f]-W�
U.S. Department of Housing and Urban Development
CERTIFICATE Of OWNER'S ATTORNEY
I, the undersigned. j
(� � the
duly authorized mead --tins legal representative of F G
twci/ U�-Cl �lJ X CC/J
-- , do hereby cattily as
to owr.
I have examlaed the attached contract(s) aa9_anretr
Of ei.�cution thereof, and I an o, the opinion that each of the aforesaid manner
agreements has been duly executed by the proper parties thereto acting
through their duly authorized representatives: thatsaid representative•
have full power and authority to execute said agreements on behalf of the
respective parties named thereon: and that the foregoing agreements consti-
tute valid and legally binding obligations upon the parties executing the
same In accordance with terms, conditions and provisions thereof.
Date: / L 2 L 9
(CO - 1)
Please bid separately for each
include
building `Final contract
repair of all buildings
listed below'..
may
not
Buildinq#s
Amount
au ilding#s
Amount
185.= 188
31
189 192
149 - 152`.:
3 3y
180
153 - 156
-: , .
-
_
- -205 -. 208
213 - 216
209 212
157 - 162
127 7.30
201 - 204
113 116
181 - ,184
_.
39 '
109 112
167 - 1,72
gyp
12.1 126
c'..�yo
r
197 - 200
�. 3 y f
232 233'
Z6 y
131 - 134
3,3yy
193 196
145 - 148
t� '
217 221
f
163 -- 166
228 -230
D
COST -PER FOOT
(per running foot.
or square foot,as
applicable)
t ..Remove -and
replace any, rotten:
wooden fascia...
`
....
2. Remove , and
a ...
rep l ace any. rotten
r
soffit
3.: Remove. and
replace rotted plywood decking
t}`
4. Remove and..
replace. aluminum^.fascia:
•e
5. Repair. any
structural `dama 9
(rafters)
ao
/6.
Work days t0'completlon
Z v
P-4
Bond No. GPA4031015
UNIVERSAL SURETY OF AMERICA
Houston, Texas _
KNOWN ALL MEN BY THESE PRESENTS, that we Denton Trinity Roofin¢ Inc
(Here insert lull name and etltluor legal title of Contractor
PO Box
Tx
as Principal, hereinafter called the Principal, and Universal Surety of America, 1812 Durham, Houston, Texas, as
Surety, hereinafter called the Surety, are held and firmly bound unto City of Denton
(Here insert full name and soldiers or legal title of Owner)
as Obligee, hereinafter called the Obligee, in the sum of 5 % of the amount of this bid not to exceed _
Four Thousand Two Hundred Sixty —Eight and 00/100-------
-- Dollars ($ 4268.00 ).
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the principal has submitted a bid for HERITAGE OAKS ROOF REPAIR PHASE II
(Here insert lull name, address and description of project)
NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall within such time as
specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of
the failure of the Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the
Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger
amount for which the Obligee may in good faith contract with another party to perform the work covered -by said bid,
then this obligation shall be null and void, otherwise to remain in full force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of
the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that
financing has been firmly committed to cover the entire cost of the project.
Signed and sealed this 29th day of October , 1g 90
DENTON TRINITY ROOFING INC.
(Principal) Q (Seal)
By: (/n\
Title: / re ' , cL
%:.= -°-`• UNIVE AL SURETY OF AMERICA /
By:
s4•.. "�"''Ticycey HollingkTffly-ln act)
UNIVERSAL SURETY OF AMERICA
1812 Durham / Houston, Texas 77007
GPA 403 1015
For verification of the authority of this power you may telephone (713) 863-7788.
Power of Attorney Valid Only 7(
Last Four Digits Appear In Red
GENERAL POWER OF ATTORNEY —CERTIFIED COPY
Know All Men by These Presents, That UNIVERSAL.SURETY OF AMERICA, a corporation duly organized and existing under
the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
ryid G. Leick Jo ce Hollin sworth
of __Denton and State of Texas
its true and lawful Attorneys) -in -Fact, with full power
and authority hereby conferred in its name, place and stead, toaxecute, acknowledge and deliver ,
Bonds not to exceed 250 000.00 unless such is accom anied by a letter of
signedtultUrity the President Secretary or Executive Vice —President
of Universal Surety of America
and to bind the Company thereby as fully and to the same extent as of such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do
within the above stated limitations, and such authority is to continue in force until January 31 199Z
Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surely
of America at a meeting held on the 1 I th day of July, 1984. "
"Be /t Resolved, that the President, any Vice President, 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 Attorney(s)-in-Fact to represent and act for and on behalf of
the Company." -
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by ' facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon
the corporation." - ,
IN Witness Whereof Universal Surety of America has caused these presents to be signed by its
to be hereto affixed this
State of Texas
County of Harris ss:
and its corporate seal
day of Marsh , A.D., 19-90
,o""swF .o�.4.. UNIVERSA RET A
By. John nox `Jr. Resident
On this_ Ist day of March , in the wr 0
a note public, y —�—• fore me Wendy W. ttljd;_ y
notary P personally appeared — iohn Knox 11 ,personally known to me to be the Person who executed the within instrument as Preside t _ , on behalf of the known
to me to bertha - named and acknowledged to me that the corporation executed it. -
c%
• S IN `� E � ��' ( L
Notary Public
1, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct
copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in
force and effect.
GIVEN under my hand and the seal of said Company, at Houston, Texas, this 29th day of October
192Q. -
Secretary
COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal
Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863-7788. If the problem is not resolved you
may also write the State Board of Insurance, Department C, 1110 San Jacinto, Austin, Texas 78786. This notice of
complaint procedure is for information only and does not become a part or condition of this bond.
Any instrument issued in excess of the penalty stated above is totally void and without anv validity.
UL' 1i\IL;U12l1NCCE:
C11:1ZT-L L'=LCA'I'IL:
-------=--------------------------------------
I PRODUCER
Leick & Associates
620 Dallas Drive
Denton, TX 76205
DATE:-01/15/91
----------------------------------------------------------------------------
THIS CERTIFICATE IS ISSUED AS A HATTER OF INFORMATION ONLY AND CONFERS
NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED.BY THE POLICIES BELOW
-------------------------------------------------------------------------
COMPANIES AFFORDING COVERAGE
----------------
- ------------------
(817) 387-6131 - COMPANY A .LINCOLN_INSURANCE COMPANY
LETTER
--------------------------------------------------------- ---------------
------------------------------------------------------- COMPANY B
INSURED LETTER
-------------------------------------------------------------------------
CITY OF DENTON COMPANY C
PURCHASING DEFT LETTER
901E TEXAS STREET ----------------- ------------------------------ = --------------------
DENTON, TX 76201 COMPANY D
LETTER
---------------------------------------------------------------_-------
COMPANY E
LETTER
COVERAGES................. ____`___________=__________,____:_._:_________.______:--------- ____.__.:_____________,,,:___:
THIS IS TO CERTIFY THAT POLICIES OF IISURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REJUIREMENT TERM OR COND17ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR HAY PERTAIN, TIIE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN I5 SUBJECT TO ALL THE TERMS,
EXCLUSIONS, AND CONDITIONS OF -SUCH POLICIES.
---------------------------------------------------------------------------------------------------------------------------
;0 POLICY POLICY LIABILITY LIMITS IN 1000'S
,TR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE EACH OCCURR. AGGREGATE
--- ---------- ---------------------------------------------------------------------------- ------------ -----------
GENERAL LIABILITY BODILY
A j COHPREHENSIVE FORM LGLA1101775 01/17/91 01/17/92 INJURY $ $
1 PREMISES/OPERATIONS -------- --------"" -'---------
UNDERGROUND EXPLOSION & PROPERTY
COLLAPSE HAZARD DAMAGE $ $
IPRODUCTS/COMP. OPERATIONS -------------------------------
CONTRACTUAL BI & PO
INDEPENDENT CONTRACTORS COMBINED $ $ 500
BROAD FORM PROPERTY DAMAGE --------------------- -----------
PERSONAL INJURY
X OWNER'S,CONTRACTOR'S PROT PERSONAL INJURY ;
--- ------------------------------- ----------------------------------------- --------------- ------------------------
AUTOMOBILE LIABILITY - - - - BOO INJ.
ANY AUTO
ALL OWNED AUTOS(PRIV. PASS
ALL OWNED AUTOS�OTHER THAN
PRIV. PASS
HIRED AUTOS
NON -OWNED AUTOS -
GARAGE LIABILITY
---------------------------
EXCESS LIABILITY
fI UMBRELLA FORA
( OTHER THAN UMBRELLA
--- ---- ----------------------
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
---------------------------------- ------
OTHER
----------------------------------------------------------
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
(PERSON) $
------- ------------
BOO INJ.
ACCIDENT $
------ -------
PROPERTY
DAMAGE $
-------- ------------
BI & PD
COMBINED $
COMBINBDI$ IS
---------- ...
--------- --------------- ------ STATUTORY
-----$------------------
-EACH AYII
$ �DISEASE-POLICY
I
$ DISEASE -EA EHP
CERTIFICATE HOLDER °°°" "`-- CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE E%-c�
DENTON TRINITY ROOFING INC PIRATIOR DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
PO BOX 43 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
DERTON, TX 76202 LEFT, BUT -FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
-----------------------------------------------
A0iORf',ED I.EPPEGENTATIVE
C E R T S F S C A T E O F
S N S U R A N C E
DATE: 01/15/91
-----
------------------------------------------------------------------------------------------------------------------------------
PRODUCER
THIS CERTIFICATE IS ISSUED AS A NATTER
OF INFORMATION ONLY AND CONFERS
NO RIGHT UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AMEND,
Leick & Associates
EXTEND OR ALTER THE COVERAGE AFFORDED BY
THE POLICIES BELOW
620 Dallas Drive
- --- --- --------------------------------
-----------------------------
Denton, T% 76205
COMPANIES AFFORDING COVERAGE
--- -- ---
(811( 387-6131
-------------------------------------------
COMPANY A' LINCOLN INSURANCE COMPANY
,
LETTER '
- -
--- -- - - - --
------------------------------------------------------- ----
-- -- - - ---- --- ------ -- •
COMPANY B , CONTINENTAL CASUALTY COMPANY
5
INSURED
LETTER
DENTON TRINITY ROOFING INC
COMPANY C4.
'
PO BOX 43
LETTER
.•%
DENTON, TX 76202
- ----
'
--
COMPANY 0 '
LETTER r'
-----------, --
COMPANY E
- --- --
LETTER
COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED
A80V8 FOR THE POLICY PERIOD
INDICATED• NOTWITHSTANDING-ANY'REJUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT
WITH RESPECT TO WHICH THIS.;
THE TERMS,=
CERTIFICATE HAY BE ISSUED OR MAY F RTAIN, TAR INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN
IS SUBJECT TO,.ALL
EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES.
------------------ --- ---
CO
---- -----
------- -------
POLICY
----------------------------------------------------
POLICY
LIABILITY
LIMITS IN
1000'S
LTR
TYPE OF INSURANCE
POLICY NUMBER.
EFFECTIVE DATE
EXPIRATION DATE
EACH OCCURR
AGGREGATE
GENERAL LIABILITY
BODILY
A
(X�
COMPREHENSIVE FORM
LGLA1101774
.01117/91
01117192
INJURY
$ a
S
(%
PREMISES/OPERATIONS
UNDERGROUND EXPLOSION fi
° *!�
PROPERTY
COLLAPSE HAZARD
-
DAMAGE
$
$
%
PRODUCTS/COMP. OPERATIONS
l' "
---"
-
-- ---
%
%
CONTRACTUAL
INDEPENDENT CONTRACTORS
C _ ,
BI & PD
COMBINED
$
S S00
X
BROAD FORM PROPERTY DAMAGE
51
" t,
; '
%
_PERSONAL INJURY
—PERSONAL-INJURY
$ {`' 500
-
----------------------------
AUTOMOBILE LIABILITY
------ -----------
- --
---- ------
----
------
BOD INJ
B
BUA602330759
05/01190
05/01/91 ,
(PERSON)
jX�ANY
AUTO '
ALL OWNED AUTOSIPRIV. PASS'
.'
-----
BOD INJ
---------
r
ALL OWNED AUTOS
OTHER THAN
ACCIDENT
$
PRIV. PASS
PROPERTY
cx:
HIRED AUTOS
%
RON-OWNED AUTOS
TM
DAMAGE
jXj
GARAGE LIABILITY
`
iZ
COMBINED
--
-----•---------------' ---
EXCESS LIABILITY
------
--
-- --
_-r-
UMBREl_1 LTHAN LA OUMBRELLA
COMBINERK D
$
$T-----
OTHER
-
-
--!.
- -
--;
------„,*' .
�r
STATUTORY
°
WORKERS' COMPENSATION
f% WORKER'S COMP
ASSIGNED
`
" "'"' "' '
AND
$ :, (EACH ACCIDENT
EMPLOYERS' LIABILITY
RISK POOL"
IS 'DISEASE P0IICYI
$ DISEASE -EA SHP
---
----
OTHER
---- ---------- --------------------------------------
DESCRIPTION Of OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
----•- •-- -
--- ---- -- --
CERTIFICATE TO FOLLOW FROM ISSUING COMPANY
ADDITIONAL INSURED: CITY OF DENTON
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOYE DESCRIBED POLICIES
BE CANCELLED BEFORE THE 8%- .
'
CITY OF DENTON
PIRATION DATE THEREOF THE ISSUING
COMPANY WILL ENDEAVOR f0 MAIL
HOLDER NAMED TO TH&
PURCHASING DEPT
30 DAYS WRITTEN N6FICE TO THE
CERTIFICATE
961B TEXAS
LEFT BUT FAILURE f0 MAIL SUCH NOTICE
SHALL IMPOSE NO OBLIGATION OR
.
DENTON, T1 76201
-
LIABILITY OF ANY KIND UPON THE COMPANY,
-------------------------------- --------------•-------------------------
ITS AGENTS OR REPRESENTATIVES.
AUTHORF"ezD REPRESENTATIVE
(
' 4` ` r: , j �- ?aqe 01 of Bi.nler A. 0000525012.
�+ qj'�.' BINDER, FOR WORKERS' COMPENSATION INSURANCE
., V .v,r.r, n qr.•,.,, , ,,,y„ ,
i F h iACCOUNT NO TEXAS WORKERS' COMPENSATION ASSIGNEI)'RISK POOL' BOARD NO
00002NPC
,} Austin, Texas
h'ereby',`acknowledges' itself bound by a Workers' Compensation Insurance undertaking, the subject matter of the' insurance.
lbeing d. nbed m the'erimployer's application on file with this Pool, and the said undertaking being subject to all the terms and.'
codditities{dJhe,epproved form of policy contract. This Binder shall end at 12:01 A.M., Standard Time 30 days after the effeN '
trve:'date shown { Thn undertaking will be evidenced by 6 policy contract to be issued by,the following company'65 the iervicing
"� yl€+ F.;".PLOY^_:S I::S WAUShU:,MUTUAL CO
cam n /OR SERVICE, ►LEASE CONTACT:
Fib ,Ly, �t'fc!jke��t�, P.O. iiox 1529,00 .
+' t.�1�,i,5�0 , 161,5 ... IRVING, TX 75015
Insured EInaleyer ics>
IN WITNESS WHEREOF, the TEXAS WORKERS
tj`(;ETi�,Q1fG`f 2IhITyY:,BOOYVGv.:I4C ....._ ,. i:::
.'Q 3 . COMPENSATION ASSIGNED RISK POOL his caused; is
a+ ,
DBNT,ON'j. TX 7b202 this binder to be signed by'its General Manager, at
5a„`Y"�,t`si'� X a }`� Austin, TQKOS
Charles R'' AbcKay deriml Manager,
TEXASWORKERS' COMPENSATION
ti, Effective date .of this Binder
ASSIGNED. RISK POOL
pa �r,12/tJ0/40 12:01 A.M. Date 1/03/91
THISiVNDEVEXTENDS£TO"•TEXAS STATUTORY,;? WORKERS'. COMPENSATION 'COVERAGE' ONLY' AND NOT TO ANY
OTHER STATE
Pleoijlssue the pohq with the'following special instructions and optional coverages:
All ,Insuepedr crttiYles.list.ed below':
J'NTOi4 yTRINITY ,E200FIkG, INC.
+�EEB;jTOiPREYIUUSPOLICY d 1610001158,09.
[ri,�'t,i3EP�0itTI"(G''B:A�IS• WZLL 3E MONTHLY.
i�Q '!ODIF'Y8e2 AND? ;NO''SURCFiA RG F. WILL APPI,Ys SU PJ ACT TO C3A NUE•�AT
ANN'TVE&SARY.-'RATE DATE.
,,� kROVFf?Sf N#C` R7E5A1r7S;ED18"30 MI`T,3w,.,C.UVBRAGb�fi.g tAS. hQUEST: U >
STIKAT'!>;"ANNUAL,-,.PREMIUM S 21147.00.
IUCLOSUPES 46PLICATION: DEPOSIT CHECK 5 5351.00. _ -
+il" i
i�
! ,l p
,
11.,l "',�' J�N '9
'g{llm
tiji
,+NOTICE,' TO INSUREDS!'
Certiheat, , Insuronce_. cannot: be issued, by the producing agent Please, request Certificates of Insurance directly' from the:
}jservicir 4eAl enyr
J,jii 1 sub;or mdepe6dehit66tiactors, please. obtain from them a certificate of their Workers', Compensoton insurance and
"+yz' keep it�i"lyoihrrecords uetii4xomined by our payroll auditor:
a
' } Amounfliilpaid'os labor to'sub or independent contractors, during the term ofnthu policy, must be included as your payroll and o
preniiumlpald thereon",fitheii certificates of insurance are not available
u3� AGENT'S COPY-
..
1
AMWEST SURETY INSURANCE COMPANY
WOODLAND HILLS, CALIFORNIA
BOND PRE101UM B,gSED ON
BOND No.I210948
FINAL CONTRACT PRICE
PREMIUM_$? 754 no
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
Denton Trinity Roofing, Inc. AMWEST SURETY INSURANCE COMPANY
P.O. Box 43
Denton, Texas 76202 P.O. Box 4500
Woodland Hills, CA 91365
OWNER (Name and Address):
The City of Denton
215 E. McKinney
Denton, Texas 76201,
CONSTRUCTION CONTRACT
Date: November 20, 1990 ;
Amount: $58,467.00
Description (Name and Location): Bid H1159 — Heritage Oaks Roof Repair Phase 11
Denton, Texas
BOND
Date (Not earlier than Construction Contract Date): January: 02, : 1991
Amount: Fifty Eight Thousand Four Hundred Sixty Seven and No/100--$58,467 ;00-
SIGNED, SEALED AND DATED THIS 2nd dayof January
1991 .
DENTON TRINITY ROOFING, INC. J ""
-PRINCIPAL.iI
BY
AMWEST SUR K INSURANCE COMPANY
BY(;
❑le Williams, `1 ATTORNEYINFACT
(SEE REVERSE SIDE FO TERMS AND CONDITIONS),, -
REV. 7187
AUN-A3001
mselve
heir heirs,
to the 1. a Contractor
ner to and
perfor Surety,
jointly
Constructionanseverally,
Contbind
r the
which Sstlnco poraledelcierein by eferenrceors, successors and assigns
ance
to If the Contractor performs the Construction Contract, the Surety and the Contractor. shall have no obligation under this Bond,
except to participate in conferences provided in Subparagraph 3.1. '
3. If there is no Owner Default, the Surety's obligation under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 1h below that the Owner is con.
3. aContractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety
to be held not later than fifteen days after receipt of such notice to discuss methods a performing the Construction the Cntru tibn t. If
slowed a re y'lo `declare a Contractor Default; and
the Owner, the Contractor and [he Surety agree, the Contractor shall be allowed a reasonable} time.to perform the Co Default;
and on Con-
tract but such an agreement shall not waive the Owner's right, if any,
3.2 ContraThe Owner ctor Defauluch
t shall declared
declare d earlier than twenty daysand lafierrlhe Contractors and theinated the Suretyhaveoracelivedinol notice as provided
... q :. a
in Subparagraph 3.1; and
Contract 3.3 , Owr to a chas oma cosdtoPselectedly the to penstruction
rform thence fConstmction Contracthe Contract Price tot in accordance with the terms hof ththe e contract tt wi with Owner.
4. After the Owner has declared Contractor in default and has satisfied the conditions of Paragraph 3, and the Surety has conducted
its own prompt and reasonable investigation as to whether or not the Contractor's default has actually occurred, the Surety may at its-
own option elect one or more of the following actions: .
4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or
4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or
con
ractors
e to the Owner for a contract for performance and
ied
4.3 completbon'ofbhe Constrgucitioled n Contract eas rarom nge Qoraatfcontractit be prepared for execution executed the qualifiedwner the surely
equivalent s
elected
he
bondswith ssOuedaon the cCo stact'ormance and payment boric
on Contractt,With , and payfto he Owner the amount of damages dasydescribe'd�n Paragraph ben excess
of the Balance of the Contract Price incurred by the owner resulting from the Contractor's default; or
q.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness
con as practicable after
under the circumstances:
.1 After investigation, determine the amount
for whichtherefortit hay be liable to the Owner and as s
the amount is determined, tender pay
.2 Deny liability in whole or in part and notify the Owner citing reasons threfori
e paymentendered or the Surety has denied liabili-
5. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses th
ty, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner.
6, After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under
Subparagraph Owner
a to above, then the responsibilities of the Surety to the Owner shall not be greater than those of the contractor
under the Cons41 truction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under
the PriceConstruction
Contract. To the fin igation costs a dt of the amount damages on thefConsthis trucNonuContractt. the Surety is oblito commitment gated without duplthe Owner of the ication for:
Con-
8,1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; and
6.2 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed
performance or non-performance of the Contractor. to the
y, The Surely shall not be liable to the Owner or others for obligations of the Contractor that are unrelated
hblig io successors.of action
shall accrue on this Bond to any person or entity other than the Owner or its heirs; executors,
and the Balance of the Contract Price shall not be reduced or set off on account of any such , administrators
obligations. successors.,
right of action
6. .The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to,relaled subcontracts,
purchase Orders and other obligations.
g Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in whit
the work or part of the work is located and shall be instituted within six months after Contractor Default or within six. months after the
Contractor ceased working or within six months after the Surety refused or fails to perform Its obligations under this Bond, whichever
occurs first. If the provisions of this Paragraph are vorohibited by law, the minimum period of limitation available to sureties as
'a defense in the juriS�ICtIOn of the suit shall be applicable.
d or delivered to the address shown on the signature page.
j6. "-..Notice to the. Surety, the Owner or the Contractor shall be maile
11. When thisBondhas obeenn^ r fished to comp tiwithng a statutory or 041 said statutory oeotherlegal requi ementl requirement in lshahe lll betdeemed incorporated here construction.
was to be performed, any p -
12. DEFINITIONS unt 12.1 after alct
Balance adjustments theContract
havebeen.he to al a including alowalnceyto ththe e Contracttoreof any amounts recev door to beforeceivedaby
then Owner settlement
Of insurance
of of the Contractor damages
to which the Contract.rcontractor is entitled, or reduced by all valid and
proper payments - including all
12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page,
Contract Documents and changes thereto. � perform or otherwise to comply
12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to
with the terms of the Construction Contract.
12.4 Owner Default: Failure of the Owner, whih has neither been remedied nor waived, to pay the Contractor as required by the
c
Construction Contract or to perform and complete or comply with the other terms hereof.
AMWEST SURETY
INSURANCE COMPANY
WOODLANDS HILLS, CALIFORNIA
BOND PREMIUM BASED ON •
FINAL CofAC1' PRICE + BOND N0.1210948
PREMIUM $1,754.00
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
Denton Trinity Roofing, Inc. AMWEST SURETY INSURANCE COMPANY
P.O. Box 43 P.O. Box 4500
Denton, Texas 7,6202 Woodland Hills, CA 91365
OWNER (Name and Address):
The City of Denton
215 E. Mckinney
Denton, Texas 76201
CONSTRUCTION CONTRACT
Date: November 20, 1990
Amount: . $58,467.00
Description (Name and Location):Bid #1159 Heritage Oaks Roof Repair Phase 11
Denton, Texas
BOND
Date (Not earlier than Construction Contract.Date): y 02, 1991 w
January -
Amount: Fifty Eight Thousand Four Hundred Sixty Seven and No/100--$58,467.o0
SIGNED, SEALED AND DATED THIS. 2nd dayof January
79_91 .
DENTON TRINITY ROOFING, INC.
p PRINCIPAL;
BY
AMWEST SURETY INSURAN COMPANY'----�-�n-- '
BY
J
II/
isms, ATTORN EYINFACT"
!�gg (SEE REVERSE SID FOR TERMS AND CONDITIONS) "
f/tl' UN A3002 )Rev. 10/89) it r .
PAYMENT BOND
1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the
Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein
by reference.
2. With respect to the Owner, this obligation shall be null and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and y y p
2.2 Defends, indemnifies and holds harmless the Owner from all claims, demands, liens or �Sgit4s qn 0 e o as promptly
whose labor,
materials or equipment were furnished for use in the performance of the Construction Contrac r 1i [pe����I{{F��l¢e'Osner has
defenses of
Y�rR9AlL ri,
the Contractor and the Surely (at the address described in Paragraph 11) of any claims; dema�)idrs, L ;•�
such claims, demands, liens or suits to the Contractor and the Surety and provided )ham +
3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all
sums due.
4. The Surety shall have no obligation to Claimants under this Bond until: Woofl�lyd
Bon
4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety at P.O. Boxond and, with
Hills, California 91365-4500 and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this B
substantial accuracy, the amount of the claim. _ •- - "' "� "
4.2_ -.Claimants who do not. have a direct contract with the Contractor: or notice thereof, to the Owner, within 90 days after hav-
.1 Have furnished written notice to the Contractor and sent a copy,
ing last performed labor or last furnished materials or equipment included in the claims stating, with substantial
fa
curacy, the amount of the claim and the name of the party to whom the materials were furnished or supplied
whom the labor was done or performed; and
.2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the
above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid direct-
ly or indirectly; and Box
3 Californiallot having been pas and within
the above
a copy, 30 or notice
a thereof,ntoathesOwnertten r,, (stating that aice to the r clam iety at s being made under this Bond
and enclosing a copy of the previous written notice furnished to the Contractor.
5. If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance.
6. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall.be credited for any payments
made in good faith by the Surety.
7. Amounts owned by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction
tion
mance Bond. By the
BContract and to ond, they agree that all claims,
fu ds earned by he Contractor n the performance mance of he Conslruthe funds
Condsf act ontractor arse dedicated f satisfy obligatng and the Owner accepting ions
of the Contractor and the Surely under this Bond, subject to the Owner's priority to use the funds for the completion of the work.
g, The Surety shall not beo liable to the Owner, Claimants or notices on behalffor sons of the Contractor that are unrelated of, or otherwise have obligations to C aimans is under thisthe uction
Bond.
Contract. The Owner shall not be liable to make payments to, g
anges of time, to the Construction Contract or to related subcontracts, pur
9. The Surety hereby waives notice of any change, including ch
-
chase orders and other obligations.
n a court of competent jurisdiction in the location in
10. No suit or action shall be commenced by a Claimant under this Bond other than i
which the work or part of the work is located or after the expiration of six months from the date (1) on which the claimant gave the nowere furnish.
tice required
eby d Paragraph
ulnderClhesConstructn)n Contract, on which whichevee last or ofrservice (1) or (2)bast occurs. If heby eprovisionse or hofi this Paagraphmaterials rare uvoid or l prohibited by
law, the minimum period of limitation available to sureties as a defenseinthe jurisdiction of the suit shall be applicable. '
11. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address specified or shown on the signature page.
Contractor, however accomplished, shall be sufficient compliance as of the date received
Actual receipt of notice by Surety, the Owner or the
. at the address shown on the signature page. - ent be
p12. gal requirem
erformed,
n this yBond.pro Sion inthisBond conflto ict conflictingy with a statutory or other with said statutory or legal srequi requirement shall sbe deemed deleted n the location rherefrom atnd provisions ruction was lscon--
formingtosuch-statutory or other legal requirement shall be deemed incorporated herein.
13.;'\Uppn request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy
of: this.Bond or shall permit a copy to be made. -
14. '.:DEFINITIONS
14.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor limitation
to furnish
he
nt of
iri the terms "laborema erialstfor use in orr equipment that part of waterperformance of ine Contract. g s, power, light, he -at, oil, gasoline, his telephone servnd shall be to iude ce or without
used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the
Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in line jurisdiction where the labor, materials
of equipment were furnished. ---. including all Con-
14.2 Construction Contract; The agreement between the Owner and the Contractor identified on the signature page, 9
tract Documents and changes thereto.-
14.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Con-
struction Contract or to perform and complete or comply with the other terms thereof.
!
urnwmm�n utv' i .�vi:'S' L C MI'^4 kS°A
av ,,.,,;,.,�,�„ ,;,L: „.� >.'„...-;t Resolutions of the Board of Directors C�..�v
'Ibis l'ocaer of Attorney is signed and seal€cl by facsimile under and by the authority of the follo`,ving resblutlons adopted by the
Board of Directors of Aniwest Surety Insurance Company at a meeting duly held on December 15, 1975: ,
RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary,
may appoint auorncys-in-fact or agents with authority as defined or limited_in the instrument evidencing the appointment
in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds,
undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -
fact or agent and revoke any power of nttorncy previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding
upon the Company:
(I) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any
Secretary or Assistant Secretary, or
(ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned
and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent, or
(iii) when duly executedin(]scaled (if a seal be required) by one or more attorneys -in -fact or agents pursuant
to and withim.the limits of the authority evidenced by the power of attorney issued by the Company to
such person or persons.
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by
facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,
recognizance, or other suretyship obligations of the Company; and such signature and seal, when so used shall have the
same force and effect as though manually affixed.
IN WI FNESS WHEREOF, Atnwest Surety Insurance Company has caused these presents to be signed by its proper officers, and
its corporate seal to be hereunto affixed this 1st day of December, 1990.
MSL
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES
On this Ist day of December, 1990, personally came before me John E. Savage and Karen G. Cohen, to me known to lie';hc
individuals and olficeis of Amwest Surety Insurance Conlpmly; who executed the above instrument, and they have achnowicd;,ni the
execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the coi puraliou aGuc'.r;id
and that the seat -Ifised to the above instrument is the seal of the corporation, and that said corporate seal and their signatures :r,: atrh
officers were duly affixed and subscribed to the said instrument by the authority of the Board of Directors of said corporation.
L
EAL
ANA B.7 SOUS
OFFICE Y
NMd(omb /i
i
4 Euaa�October 1993 EO
Ana la audio -Solis, Notary Public
Restrictions and Endorsements E=^�Ft-t=t at" tv=b:asssTaau
DATE: 11-20-90
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: Bid #1168--Tree Trimming
RECOMMENDATION: We recommend this bid be awarded to the
lowest bidder, Northeast Service Inc., dba Horton Tree
Service, in the following amounts:
A) Open Easement(accessible by bucket truck) .59/ft
B) Closed Easement(requiring hand climbing) 1.18/ft
C) Trim Below Phone Lines(additional to A&B) .15/ft
*Item C will be split 50/50--GTE & City of Denton
SUMMARY: This is an annual contract for tree trimming
service to clear electric distribution lines and telephone
communication lines. The total contract price is not to
exceed $134,000.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED:
Electric Utility Overhead Distribution
FISCAL IMPACT: This project will be funded from 1990-91
funds approved for maintenance of overhead distribution
system (Account #610-080-0252-8338).
Respec llyy/submitted:
I/
LloylVV. Harrell
City Manager
Prepared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
------------
----------
L
----------
ia
0
ul
un
I
------------
------------
0) co in
C, In co �o
— — — — — — — — — — — — — — — — — — — — —
----------------------
8--
-- --------------------
---------- — — — — — — — — — — —
t7j