Loading...
HomeMy WebLinkAbout1990-0802651L-3/3689 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1103 Floyd Glenn Smith 81,541.00 1104 Atkins Brothers 562,997.00 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 notifi- cation of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of L44jo , 1990. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: NIA APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: LIU) PAGE 2 DATE: JUNE 5, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1103 - WESTVIEW TRAIL PAVING PROJECT RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Floyd Glenn Smith in the amount of $81,541.00, with completion in 25-days. SUMMARY: This bid is for improvements to the concrete paving on Westview Trail. The project consists of 4,500 square yards of 8" concrete pavement along with curb and gutter, driveway approaches, and manholes. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Street construction capital improvements, traffic control, and citizens around Westview Trail. FISCAL IMPACT: Funds for this project will come from two accounts. Approximately 1/2 from Street Maintenance funds, account #100-020-0031-8303, $40,383.23 and 1/2 from account #299-020-003-9105, $41,157.77, Public Works Special Revenue. Respectfu y submitted: Llo VhF Harrell City Mawnager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 030.DOC 1 I i 1 (sl 1 1 (51 C=a i I DO IJ.1 C I m 1 4J I 1 W Y 1 1 1 i do � 1 i W m Ka (J (n 1— I tx i Lra cr. m 1 0 1 w rY.l tll .„—.1 I CI 1 tT W [A H W •-+ (rJ 1 �' I ALov G Z L� I I i i Ni f.i I 1 _1 _1 I i 1 1 1 1 [TJ YSJ L!1 I i [Y: • I C� 1 � CJ] S I > I I 1 1 I w N4 I 1 _1 1 _1 1 I 1 f3"iJ I 1 CJ C� f h I I iL: 1 1 P3 m • 1 rr 1 w eT ey I LJJ _ :L: L1 I9 1 lYl I I a[i I I 1 1 U'a 1 61 :C ZC I 1 (S •J 4-- I I LY I I NJ =_a •Y: [� 1 G 12 1 I LJJ ,r -I I I 1 (SI :t. 1 1 LT•I lr_I I 1 tU C-1 .J I I bi la_ I I 1 i 1 f i t 1 1 E � •Y. Ba 1 1 [L EL. I S. i (.J W 1 [L: F- 1 t LLI 1 4.1 1 W If:l I h— I LLI eT I 1 W 1 1 -�- :L CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON H THIS AGREEMENT, made and entered into this 5th day of JUNE A.D. , 1990 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOVD v thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and 01.OYD -cm,NN." SMITH P O BOX 1781, DENTON, TEXAS 76202 - of the City of DENTON , County of DENTON and State of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party Of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with,the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID$ 1103-WESTVIEW TRAIL 8" CONCRETE PAVING IMPROVEMENTS and all extra work in connection therewith, under the terns 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 said construction, 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 other drawings and printed or CA-1 0119s written explanatory matter thereof, and the Specifications therefore, as prepared by THE CITY OF DENTON TEXAS ENGINEERING STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. SPECIAL CONDITIONS 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: APPROVED AS TO F�OR�M: 0 Ci Attorney CA-3 0114s Party of jAe First Part, OWNER LLOYD V. HARRELL. CI'PY MANAGE] (SEAL) FiG /Lt SMITH Party of the Second Pa rt, CONTRACTOR By Title (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That FLOYD SMITH CONCRETE of the .City of DENTON County of DENTON , and State of TEXAS ,as principal, and SECURITY NATIONAL 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 TEXAS , in the penal sum Of F.IGHTV ONE THOUSANll FIVE HUNDRED FORTY ONE AND NO/lONollars ($ 81,S41.00 ) 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 City of Denton, dated the 5th day Of JUNE , 19 90 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 faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants,. 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 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. F�1_ 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 22nd aay of `TUNE 19 90 FLOYD SMITH CONCRETE PRINCIPAL By Title OWNER _ Address: P.O. Box 1781 DENTON, TEDAS 76202 SECURITY NATIONAL TNSiJRANCE G(WPANY EWAI Title AGENT AND ATTORNEY -IN -FACT Address: 707 FIRST STATE BANK BLDG Y The name and address of the Resident Agent of Surety is: a, � RAMEY,KING & MINNIS INSURANCE ` �a 707 FIRST STATE BANK BUILDING. DENTON. TEXAS 76201 QJ PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That FLOYD SMITH CONCRETE of the City of nF.NTnN County of DENTON , and the State of TEXAS as Principal, and SECURITY NATIONAL 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, Texas, in the penal sum of EIGHTY ONE THOUSAND, FIVE HUNDRED FORTY ONE AND NO1100 Dollars ($ 81,541.00 ) 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 City of Denton, dated the 5th day of .TUNE 19, g0 , 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. L 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 have signed and sealed this instrument this 22nd day of JUNE lg 90 . FLOYD SMITH CONCRETE g PR NCI AL By q), I / Title � OWNER Address: P.O. BOX 1781 DENTON, TEXAS 76202 SECURITY ATIONAL INSURANCE COMPANY SURE By Title AGENT F, ATTORNEY -IN -FACT' Address: 707 FIRST STATE BANK BLDG. DENTON, TEXAS 76201 The name and address of the Resident Agent of Surety is: u MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON 5 5 That FLOYD SMITH.CONCRETE KNOW ALL MEN BY THESE PRESENTS: as Principal, and SECURITY NATIONAL 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 EIGHT THOUSAND, ONE HUNDRED FIFTY FOUR AND 10/100 ($ 8,154.10 ), the said sum being ten (10%) percent of the total amount of the hereinafter mentioned 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, the principal has entered into a written contract with the said City of Denton to build and construct RID# 1103-WESTVIEW TRAIL 8" CONCRETE PAVING IMPROVEMENTS 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 incor- porated herein by reference and made a part hereof as though the same were written and set out in full herein; NOW, THEREFORE, if the Principal shall well, truly, an faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (1) year from the date of acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited to, any settling, breaking, cracking or other R MB - 1 defective condition of any of the work or part thereof arising from improper excavation, backfilling, compacting or any other cause or condition, known or unknown, at any time during the period of this bond, which the city engineer, whose judgment shall be final and conclusive, determines to be the result of defective work, materials or labor; then this obligation shall be void, otherwise to remain in full force and effect. In case the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work as determined herein, it is agreed that the City may do said work and supply such materials as necessary and charge the sum against the said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued 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. Provided, further, that if legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this instrument is executed in duplicate, each one of which shall be deemed an original, this the 22nd day of JUNE , A.D., 1990 SURETY PRINCIPAL SECURITY �ATIONAL INSURANCE CMTANY FLOYD T�; CONMETE 4 � ' I.� Tit �,. AGENT & ATTORNEY -IN -FACT MB - 2 z TheTrinity Q' Companies Dallas, Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That TRINITY UNIVERSAL INSURANCE COiaPANY and SECURITY NATIONAL IN SU RANCE,CO,/INY; each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF'K'ANSAS, IM' a Kansas Corporation do hereby appoin M. G. RAMEY, TERRELL W. KING, III, RANDAI,LxV. MINNIS, JEFF P. KING OR JAMES KING — DENTON, TEXAS its true and lowfal Attorney(s)-in-Fact, with fsll oonccrlty to execute on its behalf fidelity dnl surety'bond3 or undertakings and other documents of a similar rho, -actor issued in the course of its business„'.and to bind the respective company thereby. - EXCEPT NO AUTHORI"I Y IS GRANTED FOR. 1. Open Penalty bonds. - 2. Bonds where Attorney(s) -In-Fact cocecr as a part, at interest. IN WITNESS WHEREOF, TRINITY- UNIVFPSAL INSURANCE COMPANY, SECURITY. NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents - this 29TH day of APRII 19 $$:. / �ECRARY-VICE RES. EJUDI H E. FAGAN, LURr. . ,R51 DEN AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COr:1PANY and SECURITY NATIONAL INSURANCE COMPANY; each a Teas Corporation and TRINIT'f UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., o Kansas Corporation, in pursuance of aurhorir: .tranted h, :hct resolution adopted by Their respective Board of Directors an the 1st day of i.larch, 1975 end of .vhicn me iollowioc is a true, full, and complete copy:'. "RESOLVED, That The President, ony Vice -President, or any Secretor/ of each of these Companies be avid they ore Hereby authorized and erTloowarad c maG, _—cote, and deliver in behalf of these Companies ,into such n person or persons residing n,ithlo rile Uited Stares of America, as they may select, its Power Of Arrornev constltaTing and o-Pointlna each such person its A:Tornec-in-Fact, with full power and author- . ithy to make, execute and deliver, far It, im its name and in its behalf, as surety, any particular bond or anderta',ing that may be required in the specified tern tutu, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to Ilmirs of liability to be undertaken by these Companies, as said Officers may deem proper, the ncture of such 'ponds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each Instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fccr cad Officers cf the Companies, including Assistant Secret. Caries, whether or riot the Secrere" is absent, be and ore hereby authorized and empowered To certify or verify copies of The By -Laws a' the sa Comncnies as well as on, rosolatlon of the Directors, having to do with rf:e execution of bonds, recognizanw s, contracts of Inde mnir �, and all other writings obligatory in the nature thereof, or with regard to The powers of any of r:ne cfficers of these Companies or of Ad orneys-in- Fact. RESOLVED, That the signature of em, of ;L,e o oarsens escribed L, .. a simile signatures as fixed or reproducr_d fore aoiny resol union may be'fac- - 'oy on, rcrrn r r7p ut ;, ;,I. p or other reproduction of The names of the persons hereinabo,e av tiTariae d." CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Carp. Secret,, of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of The Boards of Directors or these Corporarions, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN '.91TNESS 'iHc REOF^,Irna e'r.ereunto set my ne-d and arf --ci toe fccsimlle seal of each Corporation 41 19 le'9 . g1.��N°r4 T� �.xWmumry,y'a.�, 1 e'urlwruyp �.r SEAL:3 SEALts= JUDITH E. FAGAN, CORP. SECRETARY • `y/yam. � i ids � �� $ ^ '. � . �J Wbnir..rrnOP� f Q:yrnnM B-309a REV. 3-82 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 deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance 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,OOU. 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 - I 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. 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. 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. 7r CI - 2 T H U 1 2 ] 57 P u. me •d K i "-sr Pl i F_ ID 1 CERTIFICATE OF INSURANCE ISSUE DATE (MM'DONY' July 5, 1990 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Kin 6 MinniB NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, -Ramey S EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 707 First State Bank Bldg. Denton, Texas 76201 COMPANIES AFFORDING COVERAGE CODE INSURED sun -CODE Floyd Smith Box 1781 Denton, Texas 76202 COMPANY A LETTER COMPANY LETTER COMPANY G. LETTER COMPANY p LETTER COMPANY E LETTER Trinity Universal COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE IN$VF450 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 O. TYPE OF INSURANCE POPOLICY EFFECTIVE POLICY EXPIRATION:'ALL LIMITS IN THOUSANDS TR DATE (MWODlYY) DATELICY NUMBER (MMIDDIYV) GENERAL LIABILITY GENERAL AGGREGATE f 10000 A x COMMERCIAL GENERAL LIABILITY GL7474918 5/1/90 5/1/91 PRODUCTB•COMPIOP$ AGGREGATE 8 CLAIMS MADE X OCCUR, PERSONAL A ADVERTISING INJURY S 500 X OWNER'S A CONTRACTOR'S PACT, ' EACH OCCURRENCE $ 500 FIRE DAMAGE (Any and Ilyd) 8 50 MEDICAL EXPENSE (Any and pardon) 8 5 AUTOMOBILE LIABILITY COMBINED A x ANY AUTO TCA6563214 5/1/90 5/1/91 LIMIT f 1,000 x ALL OWNED AUTOS BODILY INJURY 8 SCHEDULED AUTOS (Par pardon) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS 1 (Par 4001dorm OARAOE LIABILITY PROPERTY 8 I DAMAGE EXCESS LIABILITY AGGREGATE OOCEHAENCE S A OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY 8 ACCIDENT) 100 (EA rA AND WC8273085 5/1/90 5/1/.91 f (DISEASE—ASE—POLICY LIMIT) EMPLOYERS' LIABILITY 100 f lOO (DISEASE —@ACM EMPLOYEE; OTHER IESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESIRESYRICTIONSISPECUAL ITEMS City of Denton 901B Texas St. Denton, Tx. 76201 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 NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPO THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTAnV Ramey Kin ®ACORD CORPORATION 1988 /CORD 26-5 (3/8B) CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. CONTRACTURAL 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. 2. 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. 3. 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. CI - 4 jts.gi < fi3.y �'�' .it J'�"L t•- �` s 6� 't x �gq i a� -s}, (+, rt t! x7t i,t^'. f>< Y a'•yct42.�y ow rt'Elt�,ba Iffir `�t ❑ tL 9 y e�,j W t t w sPROPOSAL 9 ' y t It �-✓ � � _ ' ev n � u t a3 M�'�a� �� �� � � , �5't�{q' f I�1 TO t " 4y'3 a rt5} THE CITY OF DENTON, s �t TEXAa S w"{ ty+`( spy�i„ h n2l'W' r $ t7 c c .� s �x � w f. # �•� r , ti� a'i,t�,�,� FOR THE CONSTRUCTION x-OF µ - =#'n�xC.>',41 �•J k ,���;t �� is ll5 t ! �'^e r '...� -` , f J � � •-'�t� :�, i , x�i"� WESTVIEW TRAIL 81! CONCRETE PAVINGtIMPROVEMENTS x } w IN +t pi.f s <i� t i(,.�{� 1- ,�,.iel. lr �•,`w' DENTON, TEXAS,#(i�> 4PT,I�a� if(.��s The*undersigned, as bidder, declaresalthat, the 'only parties ':interested in this person ors-ti proposal ''ast: principals are thoses named,Sherein,"> that- this proposal is made "without 3.collusion withYr any ',`other'''person, firm`or corporation, ;that hej�;i'has carefu11ya r �5examined'lthes form of� contract, Notice eto iBidders, r,specifications;N �, and =,the R plans ,therein referred .to, y and ',has carefully examined] thee;rlocations, conditions,' and classes;' of materials of thets ,# IX .laborsed work' and -agrees that; he will'�provide all,";" necessary ,;machinery, tools,' apparatus,tand-other items incidental 4; to" construction, and will do all theJ�work' and furnish all the' materialscalled for in the contract>"and specifications in the jM x manner' prescribed herein and according`to. the re uirements oft-"i' the"aCity'as therein set:.forth. ! ;f9 it is. 'understood that the following ''quantities Hof work to be S`'}�k�+�' done: at unit prices are approximate only, and,,•`are intended 4m, principally to serve as a guide in evaluating bids f# 5 It is' -agreed that the quantities of''work to be;:done at unit `4k prices" :and material to be furnished._; may be �xyincreasad or "— diminished as i may be considered ` necessar 't'R of', Cit Y. imFthe opinion contem lated� to complete the work. fully as .I; planned and r s• that. -,ail, quantities.; of,.work whether . increased 'r or ,'decreased are to be", 'performed at the unit prices .set forth: ,z 1, � i below,Iexcept as%provided for`i?in the%'sppecifications of sf; if 1 i''r.l q It-,is further agreed that lump sum 'pcices,1may beiiiincreased to s cover.=additional' work ordered by the:i,City,;' but no&i!shown on the plans''or required by the specifications, >in accordance with the 'F�t provisions. to the General .Conditions.,° Similar, "Fthe �' Yi Y.may be,t,' ,g decreased,,to cover deletion. of work so iotdered. ; n,! qzi It is understood'and agreed that the}work is to be";completed inv,^ sheet within the,number of work days shown on the bi1d tabulation w. 1 ! 'yA It V2 s I.!ZI.n P ;.r;WORA DAYS 25 BID NO. j1O3 Westview Trail 8 . Concrete Pavin Improvements -1+,', PO NO. '- BID TABULATION SH(EET y" NX ITEM " DESCRIPTION QUANTITY +UNIT 'UNIT PRICE TOTAL2'�!"a` 1 1.21 Contractor's Warranties LS 5.8 . ' 8" Concrete Pavement 4520 SY Barricades, Warning 8.1 Si ns, and Detours L3 °` 7 J � 1 .8.2-A, Concrete Curb and Gutter 420 LF =� az m { 8.3* 6' Concrete Driveway 20 SY Q 6.7:2-A Adjust Manholes 3' t'' + EA SP-15A, A ust Valves 3 EA . ... �. -,' .. .,. ... i'1 '>4,t.`� O .•..,:pad .�'. SP=158 I Sewer.Cleanout 1 '' EA / M4 I ,j Total k' 4/11 A n6 ... . .... .. I .o' ❑,lit. I, ''i »y§4 r 1 / VIM 149 - •. a - k. I C F I �f'V` ZFk1{ 1103 41.1 -BID SUMMARY,',," TOTALT^BID PRICE ,IN WORDS((k, Amj n��Q 1 � D�.C(I �. iT✓W i.l T d pM '���-i'u d.:.4J.,l `I s In the 'event of the award of a contract to•the undersigned, S bt the 1 undersigned will furnish a performance!' bond and a>:Ppayment bond ` for`: 'the'•'full •-' amount of the contract,..,; to secure proper compliance with the terms and provisions of `"and thesv'contract, to "insure 'guarantee the work until ,final completion and acceptance, and' to guarantee payment `for' all '�d lawful claims for '."a.. labor performed and materials furnished in fulfillment . <<; of .the the contract " p.„-5�.• It 'is understood that the work proposed to be done shall be &��{ '• accepted, when ,fully completed and finished in accordance with ;r the. plans: and` specifications,• to the;>.satisfaction of ,:''.`_ theik Engineer The ;undersigned certifies that the bid1prices contained in this rz proposal'"have.'been carefully checked,; and are !-submitted as correct and final. €4 "lum Unit and' lump -sum prices as shown for ',each -'item listed in this rk, _. proposal, shall control over extensions.zva a w 4s CONTR CTOR Ir BY ;i c t� ,� �"' �CIe,,✓G�sN Street Address City and tateiJ ! u r<fu Seal & Authorization ' (If a.Corporation) F - Telephone L{! t B _ 1 1 41 t. •. 1 1 f �fV.Y -TheTrini Companies Dallas, Texas Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we FLOYD SMITH CONCRETE CONTRACTOR AND FLOYD GLENN SMITH, INDIVIDUAL as Principal, hereinafter called the Principal, and SECURITY NATIONAL INSURANCE COMPANY Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF DENTON, TEXAS as Obligee, hereinafter called the Obligee, in the sum of ,as FIVE PERCENT OF BID ............................ Dollars (s 5 % of bid ), 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 City Street REpair, Westview Trail, Denton, Texas 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 15th day of May , ig 90 (Witness) �SEBL� OE ''SEAL S 6tB 15 Bll " FLOYD SMITH CONCRETE CONTRACTOR AND FLOYD GLENN SMITH, INDIVIDUAL g (Prirtapal) 'I / (Seal) 1 (Title) r SECURIT NATIONAL INSURANCE COMPANY (Attornnv-In-Fact n TheRinity 'WCompanies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas CarPa,atian do hereby appoint M. G. RAMEY, TERRELL W. KING, III, RANDALL L. MINNIS, OR JEFF P. KING — DENTON, TEXAS its true and lawful Attorneys)-ia-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 hind the respective company thereby. EXCEPT NO AUTHORI-1'Y IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s) -in-Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, IN::., hove each executed and attested these presents this 4TH day of FFRRIIARY t9 87 E ARV-VIT [E PRES• JRnCZ U. OR WERT, pgESIDENT AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the followinq is a true, full, and complete copy: "RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be cm,l they are hereby authorized and empowered to rooks, execute, and deliver in behalf of those Cornpaiiies unto such person or persons residino within the United States of America, as they nioy select, its Power of Attorney constituting and appointing each such person its Attorney -in -Fact, with full power and authat- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that niay he required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of linhility to which such Powers of Attorney may be restricted, to he in each Instance specified In such Powor of Attorney. RESOLVED, That any and all Attorneys -in -Fact and Officers of the Companies, including Asslstont Socr.,- taries, whether or not the Secretary is absent, be and ore hereby authorized and empowered to certify or verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to in with the execution of bonds, recognlzauces, contracts of indemnity, and all other writings obligatory in tho nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in - Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may he fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the Persons herelnobove authorized. - CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, ore true and correct and are still in full force and effect. IN WITNESS WHEREOF,_1 have hereunto set my hand and of ixe/di the facsimile soul of each Corporation 1 � day of q _i til w iy Fri y # 4�s c: • .!y a= -oY: i•.�:,�f _n >� �Z "i` oX q;,...:SEAL:-a _=iSEAUH f/JU pITN E. FAGAN, CORP. SEC RET ARV c sy\_• ,*,y�'" . X. • .pia $-' ° �"nnrmn w�mrnm� ri E v. 3-82 DATE: JUNE 5, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1104 - 1989 UTILITIES CIP 6" WATER LINES AND 8" SEWER LINES RECOMMENDATION: We recommend this bid be awarded to the lowest responsible bidder Atkins Brothers, in the amount of $442,195.00 for the water lines, and $120,802.00 for the sewer lines. Total bid award $562,997.00 with completion in 125 days. SUMMARY: This bid is for the installation of 6" water lines on Bristol Court, Wilsonwood Street, Brightwood Street, Longfellow Street, Skylark Street, Sun Valley Street, Valley View Street, Sunnydale Street, Oriole Street, Bob-O-Link Street, and Hummingbird Street. The bid also includes 8" sewer lines on Austin Street, Foxcroft Street, Avenue "C", and Stella Street. These projects were approved as portions of the 1989 Capital Improvements Program for the Water/Wastewater Utility. BACKGROUND: Tabulation Sheet, Minutes of Public Utility Board Meeting PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Water/Wastewater Utility, CIP Program FISCAL IMPACT: Funds for these projects will come from 1989 Capital Improvement Program, account number 623-081-RB89-R905-9114 and 624-082-0471-V906-9114 Respect lyy/submitted: Lloy . Harrell City Manager PrE�pared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 030.DOC N H >0 0 � > zO mJ C7 > t�J r �3 t=i w �d �d N is � Ln H N Ol U7 FC H tTJ N F� ON tP CO In N O\ 01 l0 A (n O O O O O O O O o t/} F Ul H �P N O N � N � trJ N lO co H U] (n l0 O l0 �l N Vl O O O O O O O O O — — — — — — — — — — — — — — — — — — — — — H In J O O O O N FC H tr1 N l0 A. Ln ca Ln .. 3 N In cn O cn O O O o O O o ----------------— - - as 0 0� m 0 z Q zz zz � H H LT1 — t9 y H O trJ C!) iP C7 lfl kD t�i LTJ O H In cn t' n > to x z0 H H y ro H >1 0 H ;d 0 z tri x c 0 tij w 6 ro 0 C xl td C~ H n ------------- H x � H Cf] z O bJ rro r'd n 0 z 0 C to H tt] H n l7 C ttij 0 n ;d ;d H [n H 0 ---------z--- z CONTRACT AGREEMENT STATE'OF TEXAS )( - COUNTY OF DENTON THIS AGREEMENT, made and entered into this Sth day of JUNE 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, Party of the First Part, hereinafter termed the OWNER, and ATKINS BROS. -, EOUIUMENT Co-, TNr 918 ARS Ai.f.GRAND PRAIRIE TEXAS 75051 of the City of GRAND PRAIRIE , County of DALLAS and State of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of: the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commenceandcomplete the construction of certain improvements described as follows: BID# 1104-1-989 UTILITIES C.I.P., BRISTOL CT, WILSONWOOD ST., BRIGHTWOOD ST., LONGFELLOW ST., SKYLARK ST., SUN VALLEY ST., VALLEY VIEW ST., SUNNYUAIL S'P., ORIOLE ST., BOB—O—LINK, HUMMINGBIRD ST., 6" WATERLINES & AUSTIN ST., FOXCROFT ST., AVE. C ST., & STELLA ST., SANITARY SEWER L and all extra work in connection therewith, under the terns 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 said construction, 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 Co 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 other drawings and printed or CA-1 0114s written explanatory matter thereof, and the Specifications therefore, as prepared by THE CITY OF DENTON TEXAS ENGINEERING STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. SPECIAL CONDITIONS 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: CA-3 0114s CITY OF D iTON TEXAS Party of t) ��irst park/ LLOYD V. HARRELL, CITY MANAGER (SEAL) ATKINS BROS. EQUIPMENT CO., INC. Party of the Second Part, ECMACTOR By Title (SEAL) R PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROTHERS EQUIPMENT COMPANY of the City of GRAND PRAIRIE County of DALLAS , and State of TEXAS ,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 TEXAS , in the penal sum of .,.V..NHXNBRNB/la6TY TWO THOUSAND, NINE HUNDRED NINTY Dollars �$ 562,997.00 ) 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 City of Denton, dated the 5th day Of JUNE , 1990 , 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 faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, 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 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. PH - 1 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 of June this instrument this 5th 19 90 ATKINS BROS. EQUIPMENT COMPANY WEST AMERICAN INSURANCE PRINCIPAL SURETY By—1 By 1061 Mike^Atkins Raj Watson SC; - Title pre.s.i:rlAnt Title n+tnrnay-in-far-1- Address:Atkims Brea. F.ant c'c. InC.Address: Watson Acency day mot_ 4�8'Wesi: �4a�shall 9401 LBJ Frwy., Suite 304 Grand Prairie, TX 75051 Dallas, TX 75243 The name and address of the Resident Agent of Surety is: Ray Watson WATSON AGENCY 9401 LBJ Frwy , Ste. 304, Dallas, TX 75243 Disclosure of Guaranty Fund Nonparticipation In the event the insurer is unable to fulfill its contractual obli- gation under this policy or contract or application or certifi- cate or evidence of coverage, the policyholder or certificate holder is not protected by an insurance guaranty fund or other solvency protection arrangement. I___ -- I 6 CERTIFIED COPY OF POWER OF ATTORNEY REST AMERICAN INSURANCE COMPANY ADMINISTRATIVE OFFICE, HAMILTON, OHIO No. 369 XHOtO All Mflt hU (ZhfOf VrfBinis: 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 - - - - - - - its 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 eSkCluding ,4ION ve�, an bonds or undertaking(s) s - - - - - - is 090 000 00 -) Dollars. Y ( 1 gl ) guaranteeing the payment of notes and in e'res tNarson - 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. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorneys) -in-fact. 01llscp IN WITNESS WHEREOF, the undersigned officer of the said West American ........ Aj'• 9 Insurance Company has hereunto subscribed his name�and affixed the Corporate Seal of the said West American =_n•s-;'`','.,r., „ nAInsurance Company :anY this isiz1923 .8-✓thO-/ -�d/�f �ra'Yry 19 88 mo,`o ........I... .................... STATE OF OHIO, l Asst. Secretary 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 Thorni e H11cfebtpnd As1t. S%cretdd r� _of WEST AMERICAN INSURANCE COMPANY, to 'me persona y nown to e t e Individua and o icer esc Ibed 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 Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN o`°0tut Sr'r, Seal at the City Hamilton, State of Ohio,, the day and year first) above writtand and en. my Official ds+e'!A4� Y Y Y �W %., ✓ (signed) G(// oy�?TEma'`g Notary Public in and f� ounty o Butlerhio �r/N41W11100 My Commission ex 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 SECTION 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 deliver 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. RESOLVED, 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 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 th'is;�5--fiiay or�{:q+�i;�.A. D., 19 ;d MIII......i�-_-- ' 1923 ojce Aasfsiant'Secretary S-4300-C 6-80 PAYMENT BOND STATE OF TEXAS 5 COUNTY,OF DENTON 5 KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROTHERS EQUIPMENT COMPANY of the City of GRAND PRAIRIE County of DALLAS , and the State of TEXAS 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, Texas, in the penal sum of EIVE. HNNIRE.I 1XTY TWO THOUSAND, NINE HUNDRED NINTYSEVEN AND NU/18@llars ($562,997.00 ) 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 City of Denton, dated the 5th day of .111NE 19, 90 , 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 0 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 5th day of June 19 90 ATKINS,�BROS. EQUIPMENT COMPANY WEST AMERICAN INSURANCR cnMPAuv as Title President. 99 xay wstson Title Att rnev-in- ,Addiess`Atkins, Bros Eqpt Co, Inc.,Address: Watson Agency�`1,.,;-!," a� 918 West Marshall 9401 LBJ Frwy., Ste 304 y Grand Prairie. TX_ .75051 Dallas. TX 75243 The name and address of the Resident Agent of Surety is: Ray Watson WATSON-AGENCY 9401 LBJ Frwy., Ste. 304, Dallas, TX 75243 Disclosure of Guaranty Fund Nonparticipation In the event the insurer is unable to fulfill its contractual obli- gation under this policy or contract or application or certifi- rate or evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement. PB - 4 .CERTIFIED COPY OF POWER OF ATTORNEY WEST AMERICAN INSURANCE COMPANY ADMINISTRATIVE OFFICE, HAMILTON. OHIO No. 369 Ximm All 9APtt bg 04pne FrPSPtt1S: 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 - - - - - - - its 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 e'kR,Jnng4ION - - bond sl or undertaken s - - - Is � Oqo 000 00 -) Dollars, Y ( g( ) guaranteeing the payment of notes and in e'res tHereon' 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. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact. "AIAsoy"' IN WITNESS WHEREOF, the undersigned officer of the said West American Insurance Company has hereunto subscribed his nametand affixed the Corporate Seal of the »z-1923 v;a said West American Insurance Company this ��t _ of F r cry �f 19 88. S. W STATE OF OHIO, l ' Asst. Secretary COUNTY OF BUTLER f 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 Thom �fs W. Hilc�eb�and As�t. S%Cretar of WEST AMERICAN INSURANCE COMPANY. to me persona v known to e t e mdividua and o Icer ese Ihed in. and who exerured the orererlinn Incrnimont n„a 6e , ,,n •.._ 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 Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. r3tmnnm,rt 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. +� \� / •1 (signed) Notary Public in and fi6-r ounty of -Butler. State of Ohio q+neml Wt3a�No My Commission ex s ...December.25,. 1991. 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 SECTION 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 deliver 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. RESOLVED. 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 1, the undersigned Assistant Secretary of West American Insurance Company, do hereby;certifypthat,the foregoing power of attorney. Article VI Section 1 of the by-laws of the Company and the above Resolutioii;of 'itsjBoard'of Directors are true and correct copies and are in full force and effect on this date. i IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company thi9J�'�dayJo D., 19f�d -�: 1323 3i'•. a _4 Assistant Secretary S-4300-C 6-80 MAINTENANCE BOND THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENTON § That ATKINS.BROTHERS EQUIPMENT COMPANY 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 of FIFTY SIX THOUSAND, TWO HUNDRED NINTY NINE AND 70/100 ($ 56,299.70 ), the said sum being ten (10%) percent of the total amount of the hereinafter mentioned 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, the principal has entered into a written contract with the said City of Denton to build and construct BID# 1104-1989 UTILITIES C.I.P., BRISTOL CT, WILSONWOOD ST., BRIGHTWOOD ST., LONGFELLOW ST., SKYLARK ST., SUN VALLEY ST., VALLEY VIEW ST., SUNNYDALE ST., ORIOLE ST., BOB-O-LINK, HUMMING- BIRD ST., 6" WATERLINES & AUSTIN ST., FOXCROFT ST., ., & STELLA ST., 8" SANITARY SEWER LINES 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 incor- porated herein by reference and made a part hereof as though the same were written and set out in full herein; NOW, THEREFORE, if the Principal shall well, truly, an faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (1) year from the date of acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited to, any settling, breaking, cracking or other Z MB - 1 defective condition of any of the work or part thereof arising from improper excavation, backfilling, compacting or any other cause or condition, known or unknown, at any time during the period of this bond, which the city engineer, whose judgment shall be final and conclusive, determines to be the result of defective work, materials or labor; then this obligation shall" be void, otherwise to remain in full force and effect. In case the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work as determined herein, it is agreed that the City may do said work and supply such materials as necessary and charge the sum against the said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued 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. Provided, further, that if legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this instrument is executed in duplicate, each one of which shall be deemed an original, this the 5th day of June , A.D., 19 go , Attorney -in -fact PRINCIPAL ATKINS BROTHERS EQUIPMENT"COMPANY y not) d Title t r Mike Atkins, President" ar. Y r " Disclosure of Guaranty Fund Nonparticipation In the event the insurer is unable to fulfill its contractual obli- gation under this policy or contract or application or certifi- cate or evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement. NB - "2 CERTIFIED COPY OF POWER OF ATTORNEY WEST AMERICAN INSURANCE COMPANY ADMINISTRATIVE OFFICE, HAMILTON. OHIO No. 369 Ximat All Men hg 04rfir ?PrP0911211: 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 - - its 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 e'kbftid ing,LAIQN e- any bond(s) or undertaken - - - - - - - (s � 000 000 00 -) Dollars, undertaking(s) ) guaranteeing the payment of notes and in e'rest tHereon' 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. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact. ,,pcpw....... , IN WITNESS WHEREOF, the undersigned officer of the said West American Insurance Company has hereunto subscribed his name ,and affixed the Corporate Seal of the said West American Insurance Company this $ ___ isz3 0l9` p v th of Farms to 88. 1— _ y} •w,,,,,,n° ..... ............................ STATE OF OHIO, ! Asst. Secretary COUNTY OF BUTLER } 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 Thoma11s W. Hil�eb�an, Asfit. S cretaar� of WEST AMERICAN INSURANCE COMPANY. to me persona y known to e t e individua and o Icer esc Ibed 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 Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN NY Seal at the City of Hem ItoynHS State of Ohio, dayto andset aear myhand above written. my Official 8 .......... Y Y •!tl..... * = (signed) L1..'a Notary Public in and for - I, ounty of Butler, State of h°144IN11m My Commission ex s ...December. 25,_ 1991.. 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 SECTION 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 deliver 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. _ RESOLVED, 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 herebyacertify;: thatgthe foregoing power of attorney, Article VI Section 1 of the by-laws of the Company and the above Resolutio`n�f itseBdard;of Directors are true, and correct copies and are in full force and effect on this date. ��. /,_.? rt " IN WITNESS WHEREOF, I have .hereunto set my hand and the seal of the Company thls:5�^^dayo[}����j�-�� D., 19 %%D 023 _— N 5-4300 "-C 8.80 Aasiattant Secretary 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 deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance 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 prococt the Contractor against all claims for injuries to memhor:; 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 subconLiactors. 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 ofthat 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. z CI - 2 UI IT u UtNIUN N r d Address of Agency City of Denton Reference: t, t as F ., ,?env �•z;.,r' N, Boley-Featherston Insurance ProjectNaet 1989 CIP Utilities Sewer - = - - i;,�,,;,,;, Project NotWai a 62-� 9g, i11189R. j a9 �� 6 „°, ProjectLocetlonr'+ Denton, Texas wq- ,,,r4 . . ' P P. 0. Drawer 10 Wichita Falls, TX 7(Pfi&41 (817)723-7111 . Managing tt. 9 9 DeP Now and Address of Insureds Companies Affording Coverages;', Atkins.Brothers Equipment Co. A BITUMINOUS CASUALTY CORP. rr•;. a.. 918 W. Marshall�t B .tea4; Grand Prairie, TX Phone (214) 647-8890C This is to certify that policies of Insurance listed below have been Issued and are Inforceat this time. �.) `•%`4m :ompany Expiration Limits of Liability _ester ' • - — —.-Type of Insurance ' -- - Policy Number Date in Thousands (WO) - a ' CossprehensIve GenereI Liability j Occurrence - A X Occurrence - Claims Made (see /2-reverse) CLP206034 5-30- i � ]]+u Ftodl ly Injury " t 'S'-�;. •,3� s�i f3_ !road Form to Includes - Property Damage f'•y;,,e •t•a - Premises/Operations r•+,-. :Y• N Independent Contractors iiv a Products/Cmpleted Operations } Bodily Injury and Property x Personal Injury Damage Combined = 1 , 000;` '•�'+• x Contractual Liability (see AI -reverse) ! x Explosion and Collapse Hazard. i Y Underground Hazard Aggregate, 2,000fir+ x Liquor Liability Coverage tl-reverse) x Fire Legal Liability (see +` - Broad Form Property Damage' - Professional Errors/Omissions,'i . - occurrence - claims made (see i2-reverse) C,pnprehenslvs Autarobl le Bodily Injury/Parson Liability Bodily Injury/Accident ---------`---- --- ----. —�__ =:F A at Ownod/Leased Automobiles A P 17 6 3 2 4 9 5- 3 0- , T-- Property Damage f 'I''n Non -owned Automobiles 3 Hired Automobiles -- — ---- '-------- --------- Bodily Injury/Property Damage Combined s'V f 750 '1, - Workers' Compensation and Will be i Sued Statutory Amount Employers' Liability'Direct b Co each accident10 _ + •I a151I ' I 1• ! F1 !/Fit'. other Insurance VA A Umbrella Liability 'UP1781354 5-30- 1 $2,000,,;;1_i - gj Description of Operstlons/Locations/Vehicles. The City of Denton Is an additional insured 'as Its Interest may appear as defined on the reverse side. Jill provide 30 days written notice prior to cancellation or;material change. None and address of Certificate Folder. CITY OF DENTON, TEXAS I PURCHASING AGENT 'n)I-B TEXAS ST. DENTON, TEXAS 76201 )451 June 13 r o'R SEE ,BALANCE OF LUNDITIONS 014 PAGE CI-4 AIIACIIEO. CI - 3 I +i n M, : UTt.hill Boley-Featherston,-Insurance Bituminous TINDER GI .16651, ---------------------------' P O Drawer 10 EFFECTIVE EIFI-----N Wichita Falls, TX DATE TIME DATE "• TOE 76307-7513 A" ' 12.01 AMI 1 PHONE 817-723-7111 06/15/90 12:01 1 1 FI 07/I5/90 I [X1 NON":, N t CUE SU➢-CODE. I----- -------- ----------------------------- 1421-3231 [ 1 THIS SINNER IS ISSUED TO --- 1` .,, :SiE;1C COVERAGE IN THE ABOVE NAMED y -------- ----------- ----- - -----_ CT"TAry PER "trtl : rLi FOLIC'; R'O : cu ,EC DESCRIPTION OF OFEFATI04S/VEHIC City of Denton, Ec/PrCFERTY (INCLUDING NATION) %" Texas Re: 1989 CIP Utilities Contractor: Atkink,,B;,'-, Purchasing Agent Owner/Contractors 1901 B Protective Texas Street I Denton, TX ; :- 76201 COVERAGES t -___ _ i TYPE___,T ALL LIABILITY LIMITS N THOUSANDS R INSURANCEr:ia'•I /�,.,KS ,t7RMS Property AMOUNT : i)!�:.• I I_Lt INS!: .. _SUSES UP LOSS [ i SASI E i BROAD C ) SPECIAL! I - - -- — ----- !ien ur' fl Li hi 1. I t i' GENERA_ AGGF,EGATE = 500 1 C NER IAL .N cA LlAS:.TT'i [ I L 1 CLAIMS MACE 00 OCC.' ji'' r S ; `ETI_ V1 DO On':CH s & CONTRACTORS D & AC° JG i1LI £ PROTECTIVE EACH UCCURREHCE ' £ 500 FIRE DAMAGE ; 4 ' (ANY ONE FIRE) Automobile C ' ALL VEHICLES E I SCHENUD VEHICLES ----------------------------------- 1 CS £ ] IiAEilii'i it n " " S. PRPKUD1 a., I , �1Uh.,061dED HIRED ,' e�•, [ ]GARAGE MEU. FAY I 1 PT I ' (ttt:_ I IIN, I i. iI '. amaye , AU aHICLES i 1 SUI PLED VEHICLES"; ACV ' O E 1 C BED: dEd: uhER - O Ai"OUNi . : OTC CEDE I - ---OTH-R Exresp Liability nr EL r 1hSUmED ,, E 'LA G , OCCURRENCE AGGREGATE RETENTION ' ; ) OTTER, THAN UMBRELLA FORK FcTcO DATE FOR CLA111c ,ADE: , ;'• - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ' ----------------------------------- i ETAIUi O:Y Worker's I..e I._InII1on.at)III): nci r..�np :., -Liability! + 1i5 D'TCY LIMIT ;. _ r------------------------------------------_---------------------------------------------- , EMFLOyEE).;w - ' rcC.AL : ti:...._'i,./ncSiEl:ii0F,5/Oi.,..t S'"... rn n!TTn c R - I HU, COl'EFACES 4. J' ^il i NAME 6 ADDRESS MORTGAGEE [ 1 ADDITIONAL [ I N-DRIGAI;EE [ i A D I T ➢.NAL INSuEED ' 1 3 Li LOSE FUK I ) [ 1 LOSS PAYEE i ° This hinder Is a temporary Insurance :ontraft, subject to the ionditic,r,s shown. I 1 CONDITIONS: This Conoany binds the N,r,d(s) of inavence stipulated on this form. This insurance is subject to the Terns, 0, .ondition5 and liana+Ions of Be p,li r e , In cu"nk He `; - Tn binder may be .ar e, ed by the In ue' t C ,r=I of thbi , rd ten ! t. tile _•• s ,s 'hen cancellation will be eff4 tire. This b r'E, ' be MAIN N `; „p,n' by nape u c �.ndi-wne, h-, biter led {� ,o iva t HoinHa I, "., r �tl file ' p f s curdled Ir n r_ & ed by e F , ,I T !=r `sI , :. , �pla� I. ,.. a a , .h= Ct.�pany , 1 is entitled to barge a premium the hinder rord,no to the r,t,cs ani Ra._sC'ampan ., ._..---------------------------- I AOirl%[iEu �::F�;SENTATiVE ______________ -111 iU1;a ur N1 IKbVMA.2 CITY OF DENTON Nana and Address of Agency City of Damon Reference: Boley-Featherston Insurance Project Name: P. 0. Drawer 10 Project No: - Wichita Falls, TX 76307 Phone(817) 723-7111 Project Location: Managing Dept: •" Nan and Address of Insured: Companies Affording Coverage: �- ��7. -'-- Atkins Brothers Equipment Co A Bltuminonc Carnal ty Corp_ T 918 W. Marshall B Grand Prairie, TX 75051 Phone(214) 647-8890 C This is to certify that policies of insurance listed below have been Issued and are in forceatthis tinr.'I,,'=�• Company Letter T of Insurance Expiration Limits of LiabilityI ^ Polie Number Date In Thousands (000) ,-•• � Comprehensive general Liability A-xOceurrenca LP2060349 -30-91 Occurrence - Claims Made (see /2-reverse) - -- Bodily Injury $ t: Broad Form to include: - -xPremises/Operations property Damage f xlndependent Contractors xProducts/Completed Operations xPersonal injury Bodily injury and Property xContractual Liability (see il-reverse) Damage Combined $1,000,,.;' xExplosion and Collapse -Hazard -?(Underground Hazard xLiquor Liability Coverage xFire Legal Liability (see 0-reverse) -x8road Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see !2-reverse) Automobile LiabiComprlity Liability +_+324-91 Bodily Injury/Person f_ A Bodily Injury/Accident $ . Owned/Leased Automobiles Non -owned Automobiles _ Property Damage.------ f -- -- Y. Hired Automobiles _ Bodily Injury/Property -_ -----_--j Damage Combined $ -7501" -. - Workers' Compensation and Employers Liability Will be iss by Carrier d direct Statutory Acount f ,. each accident i A Other Insurance - EXCESS LIABILITY `! _ Umbrella Form UP1781354 -30-91 $2,000, Description of Operations/Locations/Vehfeles. The City of Denton is an additional insured as its interest may,, -,-- Name CITY OF DENTON, TEXAS t)RCHASING AGENT 901-8 TEXAS ST. DENTON, TEXAS 76201 May 31. 1990 �DATE SSUED r .. 'raL SEE BALANCE OF CONDITIONS ON PAGE CI-4 ATTACHED.`'• Cl - 3 CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. CONTRACTURAL 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. 2. 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. 3. 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. r CI - 4 NOTICE PLEASE NOTICE CHANGES IN USUAL CITY OF DENTON SPECIFICATIONS, PAGE SC-6, SAFETY RECORD AND SUPPORT SYSTEMS INSPECTOR. a, BID # 11 04 _ i PROPOSAL TO..° THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF 1989 UTILITIES C.I.P. Mvi DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with an other Y person, firm or corporation; that he has carefully.;':��`;. examined the form of contract, Notice to Bidders, specifications .•?:_ and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will' provide all the necessary labor, machinery, tools, apparatus, and other items incidental 7 to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the >U:} manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids: It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth". below except as provided for in the specifications.' It is further agreed that lump sum prices may be increased to `}- cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 1 a: J3ID#.;..1104 Accompanying'this proposal is a certified' or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. Itis understood that the bid security accompanying this Proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of, such failure. of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in "evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: 1989 Utilities C.I.P. WORK DAYS 90 +.n. Base Bid (Water) BID - NO. 1104 POND. - --.;+ BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL (Contractor's Warranties I 1.21 land Understandings I I LS 1 $r�(��cf /LS I $ l 2.12.8-B (Cast Iron Fittings I I 1 500 1 LB I I $ 2.12.20 16' PVC Water Line I 111 800 I LF I 1 $ M. � /LF I $ )CO, 2.13 16' Gate Valve I 36 I EA I $ 3 /EA I $ 2.14 (Fire Hydrant I 26 1 EA I $/387'CO /EA I $ 36 0(o2`�'�iy 2.16 (Water Service I I I 260 I EA I I $ °c _ Cc ] I $ ,�$� 3-A -IRemove Concrete Pavement I 60 I SY 1 $ x l /SY I $ 3-B IRemove Curb and Gutter I 90 I LF I $ % /LF I $ 5.7-B I Asphalt Patch ( Type D) I I I 1 200 i TON I 011I /TON I $ 0 % /vim •:�.;-; 5.8 16' Concrete Pavement 1 60 1 BY I $ y co— /Sy i $ (Barricades, Warning Signs I 8.1 land Detours 8.2-A ]Concrete Curb and Gutter 1 90 1 LF I $ 7/LF co'. I $ 5.30 8.2-B 11ntregel curb I I I 53 1 I LF I $ cc // '—/LF I $ 5 R3 8.3 16' Concrete Driveway I 3 I SY 1 $ cP/SY % w`• I $00 SP-2 I Concrete Saw Cut I 330 I LF I $ � � /LF I $ SP-10 (Rock Excavation _ SP-37 (Excavation Protection I 1,180 1 LF I $ �, /LF OO 1 $ �D0•.-x%. SP-39 I (Project Signs I I i 4 I I EA I $ _ �g1. /EA I $ SP-40 1 (Abandon Water Line I I I 11 I I EA 1 $ �. 39y /EA ono ; I $ I 1 I I I I I I I a;- I ] I1 I TOTAL: 1 3/`�� /9c P - 3 1989 Utilities C.I.P. Base Bid (Sewer) r BID TABULATION SHEET Contractor's Warranties Rl "rr 35 1104 TOTAL m 0 770, S`rn I I I I If I .Q 2.12.14-A16' PVC Sanitary Sewer Pipel 400 I LP 1 $ I/ /LF I $ / SOD• PVC ITY WORK DAYS BID NO. PO NO. 3-A (Remove Concrete Pavement I 28 I SY i $ / o./SY I $ &g-oy -ell I oc 5.8 6' Concrete Pavement I 28 I SY I $ SY I $ 7.6-A I I 14' Concrete Manhole I 6 1 EA I 1 $/ a qq3. /EA I $'i I � r 7.6-B lDrop Manhole I 2 1 EA 1 $ ?3/. /EA I $ 3'16 7.6-C (Rebuild Existing Manhole 1 2 1 EA I I $ �- sS� /EA I co (Barricades, Warning Signs I I I I L: 8.1 land Detours I I LS 1 $ n• [ /S��i /LS I $ SP-2 (Concrete Saw Cut I 120 I LF I $ 3 /LF I $ 3�.0 (Break into I I I SP-6 (Existing Manhole I 1 I EA I $ q �1 /EA SP-8 I l ]Abandon Manhole I 5 I EA 41 Customer I I "'- 1 co 50 1 CY I $ Z3. /CY I S / I5-D• EA I d,. I $ 1-7 :73, /EA 1 LF I $ �. /LF EA I $/EA EA I r_' /EA I I $ ,�%v2 %�• .. EA I $ .35 U /EA 11 $ . f ,�3a• o: r.F I 4 SC. — /c.F I A 7 1100. 7., I I I I TOTAL: I$ /,mo t P - 4 tr.'` DID# 11U4 BID SUMMARY SHEET 1988 C.I.P. UTILITIES Project Work Days 1. Base Bid (water) Bristol Court Water Line Wilsonwood Street Water Line Brightwood Water Line Longfellow Water Line Skylark Water Line Sun Valley Water Line Valleyview Water Line Sunnydale Water Line Oriole Water Line Bob-O-Link Water Line Hummingbird Water Line TOTAL 2. Base Bid (Sewer) Austin Sanitary Sewer Foxcroft Sanitary Sewer Avenue C Sanitary Sewer Stella Sanitary Sewer TOTAL 3. TOTAL BID Total Bid Price r �'P `µat:•:'. J 90 $ 411-1 .� fo ro 35 $ /cl) $ NOTE: The thirty-five work days for the sanitary sewer phase of this project are not in addition to the ninety days for the water lines. The work days for water and sewer will begin at the same time. B - 1 n i3100.11U4 BID SUMMARY j TOTALBID PRICE IN WORDS 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 thel contract, to: insure and guarantee the work until ',final completion and acceptance, and to guarantee payment'ifor all lawful claims for, labor performed and materials furnished 'in the"-ifulfillment 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. j' The 'undersigned certifies that the bid prices contained in this proposal have been carefully checked 'and are,; submitted .as correct and final. i Unit and lump -sum prices as shown for each item;.listed in this pr,oposal,'shall control over extensions. O n CONTRACTOR < ,> t.r t Address Z �w City ` ` S , i an state t �w.g r t I e#. Seal S Authorization .(If a Corporation) p :%KF Telephone - Lj . 1 B _ z i. ry1:1.�� ely��n West American Insurance Company 136 North Thod Shot, H.milm., Ohio 45020 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, ATKINS BROS. EQUIPMENT CO., INC. (hereinafter called the Principal) as Principal, and WEST AMERICAN INSURANCE COMPANY, a corporation organized under the laws of the State of California, with its principal office in the City of Fullerton, California (hereinafter called the Surety) and licensed to do business in the State of Texas as Surety, are held and firmly bound unto CITY OF DENTON (hereinafter called the Obligee) in the penal sum of FIVE PERCENT OF THE GREATEST AMOUNT BID. Dollars ($5% G.A.B. ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated May 8, 19 90 , for Water & Sanitary Sewer Improvements - Bristol Ct. NOW, THEREFORE; if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award, or it the Principal shall, in the case of failure to do so, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise to remain in full force and virtue. Signed, Sealed and Dated this 8th day 19 90 S-137-Rev. ATKINS BROS. EQUIPMENT CO., INC. Principal By �� V�ll WEST 7CANI S RANCE COMPANY By Ray W t n Attorney -in -Fact f CERTIFIED COPY OF POWER OF ATTORNEY REST- AMERICAN INSURANCE COMPANY ADMINISTRATIVE OFFICE, HAMILTON. OHIO No. 369 Xfww All Melt hu 074rop frPSetllti: 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 - - its 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 eYcL'fdding �F6w0ALer, any bond(sj or undertaken s - - - (S 0'.0j00.00 -) Dollars. 9( ) guaranteeing the payment of notes and in e'res tson 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. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney (a) IN WITNESS WHEREOF, the undersigned officer of the said West American =.,4P Aq •...r, Insurance Company has hereunto subscribed his name,and affixed the Corporate Seal of the -:z Mee= said West American Insurance Company this of 23 o!a'- th- F r ary.�, 19 88. ".... ............................. STATE OF OHIO, l Asst. Secretary COUNTY OF BUTLER f 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 Thoma11s Hi lc�eb�ar�d As�t. S�crear� of WEST AMERICAN INSURANCE COMPANY. to me persona y nown to e t e ndividua and o Icer esc tbed 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 Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. ``a„pmn'urrrrq IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official oo vyut uq, fOiSeal at the City of Hamilton. State of Ohio, the day and year first above written. (signed) �i ............ o+` Notary Public in and ftr ounty o Butler, State of Ohio top gNlm• • . 44tlumtusP My Commission expf' es ...December. 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 SECTION 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 deliver 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 anv 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. RESOLVED, That the signature of any officer of the Company authorized by Article VI, Section 1, 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 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. pp L., IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company thisp& day of M A. D., 19�;U Sop, W e1923 0lcl c_ [ 'lG4l�l�� 4n�I(1IItt\gyp "• Assletent Secretary S-4300-C 0-80 TKINS CO. May 15, 1990 City of Denton Attn: Mr. Dave Salmon 215 East McKinney Denton, TX 76201 RE: 1989 CIP Utilities Dear Mr. Salmon: I certify that Mike Atkins is a competent person as defined in the Federal Register, Part II, 29 CFR 1926, Occupational Safety and Health Standards - Excavations; Final Rule, and he will perform the duties and responsibilities of this position on the City of Denton Contract 1989 CIP Utilities. Thank you, Bob Loper Estimator BL/sh NOTARY� STATE OF_n,%/, ., J VINE l ' ep// COUNTY 1 aj/� 918 West marsdall - Grand Prairie,Texas 75051 - 214/64 TKINS May 15, 1990 City of Denton Attn: Mr. Dave Salmon 215 East McKinney Denton, TX 76201 RE: 1989 CIP Utilities Dear Mr. Salmon: In compliance with special provision S-3 SAFETY RECORD, we have had no record with OSHA for the past three (3) years. This means that we have had no serious violations or willful violations against our safety record. Thank you, Bob Loper Estimator BL/sh COUNTY OF---JI/?�� NOTARY STATE OF�S"r 913 Wes! MarsbaJI — Grand Prairie,7exas 75051 — 214/647-8890