Loading...
HomeMy WebLinkAbout1987-1470923L 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 attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9780 Ensco Environmental Services $122,800 00 9783 Bittercreek Construction $ 28,493 00 9785 Tri-Pro Services, Inc $120,775 00 SECTION II That the acceptance and approval of the above competiti— e—FlTs shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid 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 ids 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 imme late y upon its passage and approval PASSED AND APPROVED this the 15th day of September, 1987 ATTEST ,!iiI-iy.. T E� APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY ARM � WA PAGE TWO DATE September 15, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9780 Disposal of PCB Soil RECOIVENDATION We recommend this bid be awarded to the lowest bidder meeting specifications, insurance requirements and delivery requirements, Ensco Environmental Services in the amount of $122,800 00 SUMMARY This bid is for the disposal of approximately 400 cubic yards of PCB contained soil This soil will be taken from the Municipal Power Plant storage yard It was contaminated by leaking capacitors that contained PCB BACKGROUND Tabulation Sheet memo from Joe Cherri Electrical Engineer PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Utility FISCAL IMPACT 1986/87 Funds Account Number 610-080-025P-8338 Maintenance of Overhead Distribution Respectfully submitted Lloyd V Harrell City Manager P ared by Name Tom D Shaw Title Asst Purchasing Agent A proved c Name Tom D Shaw Title Asst Purchasing Agent CITY of DENTON to Irom D,te MEMORANDUM Tom Shaw, 4ssistant Purchasing Agent Joc Cherri, Electrical Engincer I1 September 2, 1987 'ubicct DLSPOS\L Or PCB SOIL UNDER BID » 9780 DENTON, TEXAS 76201 Iht ltilLLLcs tiff recommends acuuptancc of tht biI utn111� At 11um Ensuu En%Lronmental Services, Inc , P 0 Bo, 987-1100 1,ommercitl Drive, Port A1Len , LA 70767 under the iasumptLon that moru Ihtn -00 cubic vards will be disposed off Ensco was stle,-ted because of high inSarante coverage. ind less ,hipmttit time Pl,t- tre the names and breakdown costs of the bidders 11mt l0 tl Sl AUbt(b) Bidder, ------- DASs ---- 200 c A -------- 400 C I -------- Lnscu En%ironmental Services Inc 15 61400 122800 unbeLt 20 79997 1-8t44 Nttional Electric 30 61100 1-2200 ( ficmL, 11. Waste Management l ; 65730 t27110 Amereco 30 74000 117000 1,tVic rrL hlcctrL(. 61609 I-t79; D P W 74700 119400 t N tt Lonal Flectric did include Lnsuranue covt r tL,t dais for shipment h I In addition, A DATE September 15, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Ilarrell, City Manager SUBJECT BID# 9783 - EVERS PARK AND HERCULES ST SIDEWALKS RECOIVIENDATIION We recommend this bid be awarded to the lowest bidder meeting specifications, Bittercreek Construction Co in the total amount of $28,493 00 This is for Alternate A, B, C, D combination SUIMWRY This bid is for the installation of sidewalks and ramps along the North and South sides of Evers Park and also along the south side of Hercules Street The bid involves approximately 1295' of sidewalk and associated ramps, curbs and driveways BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS ArrECTED 1987 C I P Sidewalks FISCAL I11PAC`C 1986/87 Budget Funds for Capital Improvement Projects Account # 436-020-GO87-9105 Respectfully submitted Lloyd V Ilarrell City Manager ared by Nam Tom D Shaw, C P M Title Assistant Purchasing Agent Approved Name Tom D Shaw, C P M Tit)p, Assistant Purchasing Agent f q a m CS1 G O O O C C rl v) I P! P Al W 9C o n m w m s'z o i I ym w G 4 =1 I I I RI fn m pp G! r) n m I !1�Tl m m +m UI G Z 1I1 m I ; UI 41 Sxi N I 1 r yl i I vl 1 1 n 1 I 51 < Irl i J) w m �P i I 1 m W O UI 4 IV T 4i ® 41 H UI I I p n w w w i I G I c i ''PCa r"ii i,{ o o rn v N oq 91 W P1 P) 4P UI 6f ! 1 I 4 LII m m ® m m UI I I = I � nl a 2:1 m w o en ul z I C I n Ul i m i m ul w cn i cn —ull 91 91 iw w w rN^ i emi) 1i. Pwo Icpl � � m m 1 ! Z 'lrtsl' PI tlll I 1 1 1 1 11 E'ili w "' m " s g' ti Ili I mm Pmi m m I _ i � m I 1 z 1 1 m 1 i a I I DATE September 15, 1987 TO FROM SUBJECT CITY COUNCIL REPORT Mayor and Members of the City Council Lloyd V Harrell, City Manager BID# 9795 - REMOVAL do DISPOSAL OF ASBESTOS RECORIENDATION We recommend this bid be awarded to the lowest bidder meeting specifications, Tri-Pro Services, Inc in the total amount of $120,775 00 SUMMARY This bid was not a opened until 2 00 p in , September 14, 1987, t eTi rye ore our recommendation and back-up was not available for normal agenda distribution This bid is for the removal and disposal of asbestos material associated with the overhaul of power generating turbine #4 and #5 The bid price also includes the reinsulation of pipe and turbine parts with non asbestos materials BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Production FISCAL IMPACT 1986/87 Budget Funds for Maintenance of Power Generating Equipment Account # 610-080-0251-8339-E314 Respectfully submitted Lloyd V Harrell City Manager P epared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved John JMarshall,CPMja'jjej� itle, Purchasing Agent .r tll .A 41 N " 1 4F 1 Cif -gyp Rf Ijf 1 IP I m 1 K 1 1 I 1 1 'y Ci O V f' ti C l' I I~Tl I Q] l�tl y Vl N G �1 yf NIRS I i!} um, S+ 3l I 1w+1 Z) 9 +i IIIm -1 m +1. r 4 M ul r 1 zf 1 -o r 'T Qg1 ry �W N I S 1 n O Rl 6pli I I Vf I 1 V} 1 1 V) i m m m i 1 f I C S I G I V; 4 ITj N # r t Ip 4} CY'i O P M m I I m m I w w S�1 ti � m i Fri n m m fn �y ZA I 1 _ 1 1 i m ti �'07- /q? CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 17 day of SEPTEMBER__ A.D. , 19 87, by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through 1 L OYD V. HARRELI CITY MANAGER thereunto duly authorized Party of the First Part, hereinafter termed the OWNER, and BITTERCREEK CONSTRUCTION, INC. P.O. BOX 247 COPPELL, TEXAS 75019 so to do, of the City of COPPELL County of DALLAS and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSE'TH: 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# 9783 - EVERS PARK do HERCULES SIDEWALKS PURCHASE ORDER # 80668 - $28,493.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the 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 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by City of Denton, Texas Engineering Department , all of which are made a part hereof and collectively evidence and constitute the entire contract. 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: JENN r ER WALTERS CITY SECRETARY ATTEST: APPROVED AS TO FORM: City Attorney 0 CA-2 0044b (SEAL) BITTERCREEK CONSTRUCTION INC. Party of the Second Part, CONTRACTOR Ttle (SEAL) PERFORMANCE BOND STATE OF TEXAS )( COUNTY OF DENTON) ( KNOW ALL MEN BY THESE PRESENTS: That BITTERCREEK CONSTRUCTION, INC. of the City of Coppell County of-PAi.l,A_5 and State of Texas as PRINCIPAL, and UNITED PACIFIC INSURANCE C011TANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON, TEXAS as OWNER, in the penal sum of TWENTY EIGHT THOUSAND FOUR HUNDRED NINETY THREE DOLLARS Dollars ($ 2g.493.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 17 day of September, 19 87 for the construction of BID# 9783 - EVERS PARKS AND HERCULES ST SIDEWALKS which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to he performed thereunder. IN WITNESS WHEREOF, the said Principal and Surer y7have signed and sealed this instrument this 17th day of September 88 BITTERCREEK CONSTRUCTION,INC. Principal Title Address P.O. Box 247 Coppell, Texas 75019 UNITED PACIFIC INSURANCE CObSPANY Surety Title Attornev-in-Fact Address 3211 Irving Blvd.;2,``-110 Dallas, Texas 75247 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Robert D. White, White & Conselman,Inc. 3211 Irving Blvd.l,'115, Dallas, Texas 75247 NUPE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAWIENT BOND STATE OF TEXAS )( COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That BITTERCREEK CONSTRUCTION, INC. of the City of Conpell County of _hI�LLAs_, and State of Texas as principal, and UNITED PACIFIC INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON, TEXAS , OWNER, in the penal sum of TWENTY EIGHT THOUSAND FOUR HUNDRED NINETY-THREE DOLLARS Dollars ($ 28,493.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 17 day of SEPTEMBER 19 87 . BIDE/ 9783 - EVERS AND HERCULES ST SIDEWALKS to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise .to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of September , 19 87 BITTERCREEK CONSTRUCTION,INC. Principal Title Address P.O. Box 247 Coppell, Texas 75019 UNITED PACIFIC INSURANCE CO11PANY Surety Title Attorney -in -Fact Address 3211 Irving Blvd.#11E Dallas , Texas 75247 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Robert D. White, Vhite b Conselman,Inc. 3211 Irving Blvd.118, Dallas,Texas 75247 PB-4 0092b 14AINTENANCE BOND STATE OF TEXAS )( COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: THAT BITTERCREEK CONSTRUCTION, INC. as Principal, and UNITED PACIFIC INSURANCE COMPANY a Corporation authorized to do business in the State of Texasas 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 TWO THOUSAND EIGHT HUNDRED FORTY NINE DOLLARS AND 30/100 Dollars 2,849.00 T, 107 of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said BITTERCREEK CONSTRUCTION. INC. has this day entered into a written contract with the said City of Denton to build and construct BID# 9783 - EVERS AND HERCULES STREET SIDEWALKS which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said BITTERCREEK CONSTRUCTION, INC. as Contractor and Principal, has caused these presents to be executed by DAIII s and the said United Pacific Insurance Company as surety, has caused these presents to be executed by its Robert D. White and the said Attorney -in -Fact this 17th day of September 19 87 . SURETY: RELIANCE INSURANCE COMPANY 3Y: Robert D. White Attorney -in -Fact 0093b PRINCIPAL: Attorney -in -Fact has hereunto set his hand BITTERCREEK CONSTRUCTION, INC. J MB-2 UNITED PACIFIC INSURANCE COMPJANy HOME OFFICE. FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporstion duly orgenized under the lawn of the Sate of Warhington, does hereby make. constitute and aPPolm Robert D. White, Charles A. Conselman, Suszette White and David C. Oxford, individually, of Dallas, Texas is taw and lawful Attornsyin-Fact, to make, executs, sal and deliver for and on Its behalf, and Is is act End deed any and all bonds and undertakings of Suretyship,�— and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the seine emMt as if Such bonds and underakingsand other writings obligatory in the "runs thereof ware sigrod by an E»csttiw Officer of the UNITED PACIFIC INSURANCE COMPANY and soled and snmod by one Other of such officers, and hereby ratifies and confirms all that Its Said AttorneylsNn-Fsct may do in pursuance hereof. This Power of Attorney is granted under and try authority of Article Vll of the By -Lem of UNITED PACIFIC INSURANCE COMPANY which became stfactiwi September 7, 1978. which provisions are now in full fora and effect, reading a follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Bard. MY Senior Vka President, My Vice President or Assistant Vice President or other officer design ,red by the Board of Olrst tors shell have pout, and authority to Is) appoint Anorneysint-Facs and to authorize them to execute on behalf of the Company, bonds and undsrakings, rsoogniances. MMMM of 1 00 " ityand other writings obligatory in the nature thereof, and to) to ramow any such Att«neyin-Fact at any time and evoke the pow tr and authority given to him. 2. An«nays-in-Fact shell have Poytr and smhoriry, subim to the tern, and limitations of the power of snomsY issued to them, to evacuts and de6w, On behalf of the ConnpanV. bonds and undertakings, ressgniances, contracts of indemnity and other writings obligatory in the nature thereof. The p,pp,lt* ral is not nectmsry, for the wlidity of any bonds and undsrtakings, recognizanms, con[raca of indemnity and other writings obligatory in the nature [hereof. 7. Attornsysin-Fact "[I hew power and authority to exenide affidavits required to be attached to fonds, recognianms, contracts of indent- nity or other conditiooal or obligatory undertakings and they shell also haw power and authority to certify the financial MI[ t of the Company and to copies of the By -Um of the Company « any article c, Section thereof. This power of attorney is signed and ,sled by facsimile under and by suth«itV of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meaning hold on the Sth dry of June, 1979, at which a W«um war prveen[, and Said Resolution has not been mantled or repealed: -Resolved, that the signatures of such dDractom and officers and the cal of the Company may be affixed to any such Pow+r of attorney or any onifioa relating thereto by facsimile, and enV such power of attorney «rmifiote bearing such facsimile signatures or facsimile sesl stall he solid and binding upon the Company and any such Powar ao exeraned and unified by fac imiie signatures and facsimile sal shell be "lid and binding upon the Company in the future with respect to My bond W udenskirg to which it is anscad." /� IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has mused these presents tq ba si«he/by ks Vru PJef}1ent. snd ns corporate Still to.be hararo affixed, this Lth day of November 1985. U � / / STATE OF Pennsylvania 1 a. COUNTY of ' Philadelphia f On this 4th day of November UNITED CIFIC i tlRANC CI \ Vim PresdentC'. r 1985, penonany appeared Raymond MacNeil to me known to be the Vice-president of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the fore- going instrument and affixed the sal of aid corporation therew, and that Article VII, Section Y, end 7 of tins BV-laws oyakfCompany. and the Resolution, set forth therein, we still In full form. My Commission Expire: ::. - Mayr 24 lg 86 �yP�walCS`jt NparyPlnre in.ndforsat.of Pennarlvania Rwdingst Philadelphia �w.lhle 1, P. D. Crossetta , Assistant Seostsry of the UNITED PACIFIC INSURANCE COMPANY, do hereby Certify that the &bow and foregoing is a trw and correct copy of a Power of An«nry executed by said UNITED PACIFIC INSURANCE COMPANY, which is nlll in full form and effscs. • a I::Yr.hew hereunto set my hand end atria Si Company this 17 th day of September 1s 87 IN WITNESS WHEREOF, I F.U,, •�! v a 9i Assistant $crew Y i. BOU-1431 Ed. line �'u•ia: °a CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or li-abilities 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 $500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-1 Insurance Requirements page two To the extent that 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 Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non -renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self -insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 O1/13/87 CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency City of Denton Reference: BID i 9783 WHITE & CONSELBIAN,INC. Project Name: EVERS PARK & HERCULES SIDEWALKS Project No: Purchase Order #80668 Project Location: Evers Park & Hercules 3211 Irving Blvd.#118 Dallas. Tx 75247 Phone (214)638-0471 Managing Dept: Lloyd V. Harrell,City Manager Now and Address of Insured: Companies Affording Coverage: BITTERCREEK CONSTRUCTION,INC. A TITSSTON Ab?ERICAN INSURANCE CO. P.O.Box 247 B CHILTON INSURANCE CO. Coppell,Tx 75019 Phone 471-1650 C This is to certify that policies of Insurance Iisted below have bean issued and are in torn at this time. Company Letter Type of Insurance Expiration Limits of Liability Poll cv Number Date In Thousands 000 A Comprehensive general Liability -KOccurrence - Claims Made (sea P-reverse) #03011AT002- 05-23A 11-1-87 Bodily Injury Occurrence $ Broad Form to Include: Property Damage $ x Premises/Operations Bodily injury and Property Damage Combined 500, $ x Independent Contractors x Products/Completed Operations xPersonal injury -x Contractual Liability (see /I -reverse) -X Explosion and Collapse Hazard -XUnderground Hazard - Liquor Liability Coverage - Fire Legal Liability (see 0-reverse) x Broad Form Property Damage - Professional Errors/Olmiss ions - occurrence - claims made (see /2-reverse) A Comp aim slve AutomobI le Liability r'030HAT002- 05-23A 11--1-87 Bodily Injury/Person Bodily Injury/Accident i $ Property Damage $ XOwned/(awed Automobiles -X Mon -owned Autanob I les xHired Automobiles Bodily Injury/Property Damage = 500, B ' Capensatand -71Employers' •io C 1221 2-5-87 StatOYY Amount O each accl en Other Insurance Description of Operations/Locations/Vehicles. The City of Denton is an additional insured as its interest may appear as defined on the reverse side. Nor and address of Certificate Holder. •IY • •D • 17/ • ' I'• FYI !0 •1 IB/ 1' D • • 1 September 17, 1987 Illl.a::hti dlla �::�x9 q!t/:\i19� ��. L': Cie' •' U�IIYYI•� • :y!' al •IYI•a: �1 CI-3 CONDITIONS •11 YY• ICI'�DI - •; Is • u 1 .,1 •• 1 u •'. r.Owe'. •> 1 111 • 1 ••� • .1• • • 1� •111� NC1Z(8 OF (AK' LUICN: Pritr to any material agW or rarpllatirn• the City of Denton will be given 30 days advance written notice roiled to dE stated address d' the Certificate Folder, City of Denton. follamg fonafla. Continuous •• - for the life of the •• r r lus one yew • 1 • •- cmmerqp for -warrantyperiod),anda artended •1 Y• P period for a minimm of 5 years whu:h sM 1 begin at the end of the warranty •- •• construction or alteration of City-cmed or leased facilities). 1nMzMoe :is to cover buildirigs, contents Where applicable) and permaiently installed eqm4mmt withe`Ie r• property •:u:•.• to structures or portions of structures if such demege is avised by the peril of ftre and due ba the operations of oontractw. Limit of ,1 to be a mininum •, 11 111 CI-4 BID # 9783 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of C.I.P. SIDEWALKS PROJECT - 1987 IN 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 any other 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 to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein 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. Ems! It is understood and agreed that the work is to be completed in the number of days shown on the bid tabulation sheets. 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. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless is case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond, a payment bond, and a insurance certificate within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. 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: P-2 1,087 C..I.P. Sidewalk Project BID A WORK DAYS 10 BID NO. 9783 PO NO. DES BID TABULATION SHEET QUANTITY UNIT UNIT PRICE TOTAL 1'1'L CI 1.21 Contractor's Warranties and understandings LS /LS 3-B Remove Concrete Curb and Gutter 20 LF C LF 3-C Remove Driveways 2 SY DL> /SY CC 3-1 Preparation of Right-of-way LS /LSC�O 2' 8.1 Barricades, Warning - Detour Signs - LS ,jOC /LS 3���'• csr 8.3A Concrete Sidewalks 275 SY SY 2 0 SP-2 Saw Cut 40 LF /LF / t C c-T• SP-16 Handicap Ramps 3 EA /EA Z C`Z' TOTAL�.�5 Addendums Received P - 3 1�,81' C.•I.P. Sidewalk Project ALTERNATE BID A WORK DAYS 10 BID NO. 9793 PO NO. mnu DESCPTPTTnN BID TABULATION SHEET QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractor's Warranties and Understandin s LS C!�" /LS ( C-,C-C, 3-B Remove Concrete Curb and Gutter 18 LF LF I C C: vZ 3-C Remove Drivewa s 2 SY ISY 'c% L 3-1 Preparation of Right-of-way LS LS cz 8.1 Barricades, Warning - Detour Signs LS 3�'<< /LS JC'L'- rr 8.3A Concrete Sidewalks 267 SY /3 — /SY 3 (oLY Ste' SP-2 Saw Cut 30 LF /LF S,�Z SP-16 Handicap Ramps 2 EA S /EA TOTAL Lf J Addendums Received P - 4 lib? c.L.P. Sidewalk Project BID B WORK DAYS 10 BID NO. 9783 PO NO. n cnn TifmT(lAl BID TABULATION SHEET r)TIANTTTY UNIT UNIT PRICE TOTAL 1.21 Contractor's warranties and understandings LS lOb /LS 3-B Remove Concrete Curb and Gutter 10 LF S /LF _ 3-1 Preparation of .LS /LS 8.1 --Right-of-way Barricades, Warning - Detour signs LS /LS 3" ` 8.3A-1 4" Concrete Sidewalk 250 Sy /SY 8.3A-2 6' Concrete Sidewalk 30 Sy D /SY '1- 67 SP-2 Saw Cut 5 LF s /LF S, 6Z� SP-15 Adjust Existing Water valve 1 EA /EA SP-16 Handicap Ramp 1 EA -> /EA TOTAL S 3 D J CS C, Addendums Received P - 5 1987 C.I.P.—Sidewalk Project BID C WORE DAYS 10 BID NO. �— PO NO. BID TABULATION SHEET rnu nrTaNTTTv f7NTT UNIT PRICE TOTAL Contractor's Warranties and Understandings LS C'G /LS 3-B Remove Concrete Curb and Gutter 25 'LF �Cz' LF 3-1 Preparation of Ri ht-of-wa LS 6-'a /LS C Z' 8.1 Barricades, Warning - Detour Signs LS o LS 8.3A Concrete Sidewalks 150 SY /�i 5T /SY « ).�'7 SP-2 Saw Cut 25 LF • JZ: LF SP-16 Handicap Ramp 1 EA /EA Total Addendums Received P - 6 1987 C.I:P. Sidewalk Project BID D WORK DAYS 10 BID NO. 9783 PO NO. n cnnTOTT AU BID TABULATION SHEET OTIANTTTv UNIT UNIT PRICE TOTAL 1.21 Contractor's Warranties and Understandings - LS /LSC'X 3-B Remove Concrete Curb and Gutter I 16 I cZ� 3-1 Preparation of Right-of-way LS /J �� /LS %.> CC) 5.7.B Asphalt Patch 5 TONS (o TONSI c' 7.45 Class A Concrete 8 CY > /CY /41001 CZ' 8.1 Barricades, Warning - Detour signs LS ��- LS ��� `�CZ' 8.3A Concrete Sidewalks 620 SY /3 2G /SY L/ S 4, C �' gp_2 Saw Cut 264 LF 12� LF I SP-16 Handicap 2 /EA 1 Total Addendums Received I P - 7 1i87 CrrIcP. Sidewalk Project BID E WORK DAYS 50 BID NO. 97R'A PO NO. BID TABULATION SHEET WORK DAYS TOTAL BID A ALT. BID A BID B BID C BID D BID E I UG ACx1r11 vi. Windsor Dr. from Locust St. west to Station 0+00 Same as bid A — different location Evers Parkway Sidewalk Windsor Dr. from 0+00 to Evers Parkway Hercules Street Sidewalk Alt. A, B. C, D or Bid A B C D 10 10 10 10'��'S 10 40 S f S'� 53Y% n iSy/i v c 3 No qualifications will be allowed on thisproject. P — 8 BID SUMMARY Bid # 9783 TOTAL BID 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 the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. it is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump —sum prices as shown for each item listed in this proposal, shall control over extensions. .t. CONTRACTOR i BY r �G �--� Street Address City` and State Seal & -Authorization s / 7 (If a Corporation) Telephone 8-7-l47 CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 18 day of SEPTEMBER _ A.D., 19_gZ, by and between THE CITY OF DENTON TEXAS of the County of DENTON and State of Texas, acting through duly authorized so to do, LLOYD V. HARRELI CITY MANAGER thereunto Party of the First Part, hereinafter termed the OWNER, and P.O. BOX 271 of the City of vn�iF�unN County of KAUFMAN and state of TF X AS 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# 9785 REMOVAL & DISPOSAL OF ASBESTOS INSULATION PURCHASE ORDER# 80734 - S120 775.00 .and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the 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 ordance with the and Payment Bonds, all attachlats,ed hereto, blue blueprind in nts, othercdrawings and printed or p which includes all maps, P CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by THE CITY OF DENTON TEXAS STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. 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 suchextensions 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: NNIF R ALTERS TY SECRETARY ATTEST: 1 CA-2 0044b Li CITY OF DENTON, TEXAS Party of he Fi`rs� Part, 0 V LLOYD V. HARRELL CITY MANAGER (SEAL) TRI-PRO SERVICES, INC. Party of the Second Part, /nCONTRACTOR BY llLueR \ ^ -/no IC1�i� Title (SEAL) ADDENDUM #2 & #3 PUkCKA&NG DEPARTMENT Citv of Denton 901 -B Texas St. Demon, Texas 76201 Tri-Pro Service, Inc. Stephen Clark P.O. Box 271 Kaufman, TX 75142 ADDENDUM #2 and #3 BID INVITATION CITY OF DENTON, TEXAS Date BID NUMBER BID TITLE September 8, 1987 # 9785 REMOVAL & DISPOSAL OF ASBESTOS Sealed bid proposals will be received until 2:00 p.m. SEPTEMBER 14, 1987 , at the office of the Purchasing Agent, 901-B Texas St., Denton, Texas 76201 For additional information contact JOHIyJ. MARSHALL, C.P.M. Tom D. SHAW, C.P.M. PURCHASING AGENT ASSIST. PURCHASING AGENT Office 817-566.8311 INSTRUCTIONS TO BIDDERS DIFW Metro 817-267-0042 1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901-B Texas St., Denton, TX 76201. 3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be considered. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. S. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder. 6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor liable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9. The Items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. it. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be gounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04.8) BID PROPOSALS Page 2 Of 4 BID NUMBER 9784 ' City of Denton, Texas 901.8 Texas St _ Purchasing Department Denton, Texas 76201 ITEM DESCRIPTION OUAN. PRICE AMOUNT ADDENDUM #1 1. REMOVAL AND DISPOSAL OF ASBESTOS INSULATION SURROUNDING #5 TURBINE AREA AND RE -INSULATION OF THE SAME AREA. fA7L, 2. REMOVAL AND DISPOSAL OF ASBESTOS TOWER SIDING II TOS NSULATION 3. REMOVAL AND { SURROUNDING 014 TURBINE AREA OSAL OF SAD NIRE INSULATION I I I OF THE SAME AREA. ITEM 1 - DAYS TO REMOVE AND DISPOSE 14 DAYS TO REINSULATE ITEM 2 - DAYS TO REMOVE AND REINSULATE ITEM 3 - DAYS TO REMOVE AND DISPOSE I q DAYS TO REINSULATE Z I ** CANELDAR DAYS NOTE: Re -insulation of piping can take place after sufficient approved clearance of asbestos has been completed. The turbin and stop valve re -insulation cannot take place until the overhaul is complete. Time for over- haul is estimated to be 45 calendar days. /-',C)'VC Ool2!^10 ITe— 1 TOTALS We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made In days from receipt of order. Terms net/30 unless otherwise Indicated. . In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a reasonable period of time constltues a contract. The completed Bid Proposal must be properly priced, signed and returned. Mailing Nano ku LA-P�( -TC 7Sia7 city st zip T.i4>ni,n l�ro S CVXf s //JC . IRWIN nature fn' 91ao.mr. TRIO EID NUMBER 9785 BID PROPOSALS Page 2 of 3 ADDENDUM # 2 UNIT #4 AND #5 I. REUSABLE BLANKETS FOR TURBINE AND STOP VALVE (A) The following insulation materials are acceptable: (1) High density (ii#/ft3) 1200OF (6490C) fiberglass (2) Six pound density 1600OF (8750C) ceramic fiber (B) Interior Liners (1) Silicone impregnated fiberglass cloth (2) 3 mil (.076mm) 304 stainless steel (C) Wear resistant knitted mesh will totally enscapsulate the insulation system (1) 304 stainless steel (2) IN conel (D) All reusable insulation blankets will be labeled with a stainless steel tag with raised letters. II. BIDDER WILL FURNISH PORTABLE BATHROOMS FOR HIS CREW Acknowledged Date We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. - j Mailing Address Bidder city State Zip Signature Tebpnone Title l ' ' PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in pNTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, sealed this instrument this 17th Tri-Pro Services, Inc. Principal /I By httn Q.r L j Title Address P.O. Box 271 Kaufman, Texas 75142 (SEAL) the said Principal and Surety have signed and day of September 19 87. Eagle Insurance Company Surety Title Attorney -in -fact Address 14607 San Pedro San Antonio, Texas 78232 The name and address of the Resident Agent of Surety is: William H. Moore - First Texas Underwriters a.n_ Rnx 692005-333 Houston, Texas 77269 (SEAL) NOTE: Date of Bond must not be prior to date of Contract. PAB-3327 PB-2 0091b I To be attached to Bond No.PB-7070 P O W E R (? F EAGLE INSURANCE COMPANY 14607 San Pedro San Antonio, Texas 78232 A T T O R N E Y KNOW ALL MEN BY THESE PRESENTS: That the Eagle Insurance Company, a company domiciled in Texas, having its principal office in San Antonio, Texas pursuant to the following resolution, adopted by the Board of Directors of the said Company on April 27, 1987 to wit: "The Chairman, Managing Director or Secretary shall have authority, severally, to make, execute and deliver a power of attorney constituting as Attorney -in -fact such persons, firms or corporations as such officers may select from time to time," Therefore, the undersigned hereby make, constitute and appoint William H. Moore its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execu�e, acknowledge and deliver in its behalf, and as its act and deed as follows: Limited on behalf of the Company to the sum of US$500,000.00 in its business and in accordasnce with its charter, to bind Eagle Insurance Company thereby, and all of the act of said Attorney -in -fact, pursuant to these presents are hereby ratified and confirmed. In Witness Whereof, Eagle Insurance Company has caused these presents to be signed by its Chairman, Director or Secretary and its Corporate Seal to be hereto affixed. EAGLE INSURANCE COMPANY Chairmen/ Waging Director/ Secret CERTIFICATE I, the undersigned, Secretary/Director of EAGLE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and, furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, is now in force. Signed and sealed at San Antonio, Texas this the 29th day of September 19 87 Se r tary/Director THIS IS CERTIFICATE NO: PAB-3327 FOR POWER OF ATTORNEY. C E R T I F I C A T E O F I N S U R A N C E DATE: 10/01/87 I PRODUCER I THIS CERTIFICATE IS ISSUED AS B MATTER OF INFORMATION ONLY AND CONFERS I I I NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, I I T E I Insurance Agency, Inc. I EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES FELON I 1 6116 N. Central Expwy A400 1 --- 1 1 Dallas, TX 75206 I 1 COMPANIES AFFORDING COVERAGE I I --- I I (214)373-ST70 I COMPANY A AERISIRE INSURANCE WMPANY I I I LETTER I MINE POOL I—_-- —_— I I---- I COMM B MICHIGAN IRWTINL INSURANCE COMPANY I I INSURED I LETTER I I TRI-PRO SERVICES, INC. I COMPANY C LIBERTY "JETUAL INSURANCE COMPANY 1 1 2314 LEONARD ST. I LETTER 1 I DAYU16, TX. 75201 1-- 1 I I COMPANY D I I - I LETTER I I I 1--- I COMPANY E I I I LETTER -• I lz COVERAGES _— I THIS IS TO CERTIFY THAT POLICIES W INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIE POLICY PERIOD I I INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS I I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, I I EXCLUSIONS, AND CONDITIONS OF SUOI POLICIES. I ICU I I I I POLICY I POLICY I LIABILITY LIMITS IN I000'S I ILTRI TYPE W INSURANCE I POLICY NLMBER IEIFECTIVE DATEIEXPIRATION GREET (EACH OCOURR.I AGGREGATE 1 I I GENERA. LIABILITY I I 1 IBODILY 1 I I I A 1 [X1 CUPRDIFNSIVE FORM 1 26-0-6E11651 1 01/25/87 1 01/25/88 IINNRY I4 It I I I (II PREMISES/WERATIONS I I 1 - 1-1-1-1 I 1 (Ill ONDERGRON) EXPLOSION.{ I I I IPBWERTYI I I I I COLLAPSE HAZARD I I I IDAYYE It It I I I ED PRODUCTS/COP. OPERATIONS I 1 I I I (XI CONTRACTUAL iI I I RBI X PO I I I I I [XI INDEPENDENT CONTRACTORS I I I ICOOINDISI,000 It1,000 I I I [XI BROAD FORK PROPERTY DAME 1 I 1 1-1-1 I I IX1 PERSONAL INJURY I I I 1 I I I I[ 1 I I I i PERSONAL INJURY IS i I I AUTOMOBILE LIABILITY I I I IBOD THU.I I I I A I ' 126-0-1E1654 1 01/25/87 1 01/25/88 I(PERSON)IS I I I I I I ANY AUTO I I 1 1-1-1 1 I 1 (1) ALL OWNED A TOS(PRIV. PASS) I I I IBM INJA I I I I III ALL OWNED AITOS(OTIER THAD I I I IACIDENTIS 1 I I I (PRIV. PASS) I I 1 1-1-1 1 I I IX7 HIRED AUTOS I I I IPRWERTYI I I I I IXI 4ON-OWNED AUTOS I I I IDAANGE It I I I I( I GARAGE LIABILITY I I 1 1-1-1 1 I I( 1 1 I I RBI t AD I I I I I I I I ICOODEOIt500 I I I B I EXCESS LIABILITY I SR29-0-7E1653 1 3/01/87 1 3/01/88 1 1 1 1 I I IX) UMBRELLA FOOT I 1 I HIT I PIT I I I I I I I OTHER THAN UMBRELLA I I I ICOMBIIEDI$3,000 1t3,000 1 I I I 1 I 1 STATUTORY i 1 I C I WORKERS' COMPENSATION 1 IC2-329-0446BB-025 1 12/22/87 1 12122/88 .1 1 1 I AN I I I I I5100 (EACH ACCIDENT)I 1 I EMPLOYERS' LIABILITY I 1 1 1 I4500 (DISEASE-POLICY)I I I - 1 I I 1 I11100 (DISEASE-0 EMIT I —I I I I I I I I OTHER I I I I I I DESCRIPTION W OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS 1= — CERTIFICATE HOLDER =—=___----_ --___—_� CANCELLATION I I SFDI3D ANY OF THE ADM DESCRIBED POLICIES BE CANCELLED FD BEFORE TIE EX- I I CITY OF BENTON i AERATION DATE THEREOF, HE ISSUING COMM WILL ENDEAVOR TO MAIL I I ATTN: JOIN J MARSHAL 1 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NASD TO THE I 1 901-8 TEXAS STREET I LEFT, BUT FAILURE TB MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR I I DENTION, TX 76201 1 LIABILITY W MY KIND WON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. I I I W NTQ1W1�,-n I C:?