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:?