Loading...
HomeMy WebLinkAbout1987-0410923L NO 6WI 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 THh 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 Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9713 Standard Environmental Services $10,821 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, t ti s and s ecified sums contained therein quan i e p SECTION IV That upon acceptance and approval of bids and the execution of contracts for improvements as authorized herein, the authorizes the expenditure of funds in amount as specified in such approved contracts executed pursuant thereto SECTION V the above competitive the public works and City Council hereby the manner and in the bids and authorized That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the loth day of March, 1987 o RAY S' ^P NS, JIAYOR CITY DENTON, TEXAS ATTEST J II E WA TERS A T NG CI Y SECRETARY CI OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY L&--1 PAGE TWO DATE March 10, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9713 - ASBESTOS REMOVAL RECOM11ENDATION We recommend this bid be awarded to the lowest bidder meeting specifications, Standard Environmental Services in the amount of $10,821 00 SUMMARY This bid is for the removal and disposal of asbestos contaminated materials under Unit 1, 2, and 3 furnance areas at the Power Plant BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Electric Production Maintenance FISCAL IMPACT 1986/87 Budget Funds Account N 610-080-0251-8339 Respectfully submitted Lloyd V Harrell City Manager Pr ared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved — I � n 1 ' r I n I 11 I I I I S -` f r r5 a I I i n r J1 1 w 15 I I r S n Q I � I � I I I I 1 I 1 I 1 I I - I l a l m m I I I q 1 I y 1 I I I I C I J) 1 0 1 t S > I I n1 Z' C m m I I I y r I I I I I r I m I m I I i 1 t I J r t4�1 19 1 ti m m I 1 I 1 O ti T m I I n I I I I I I I C I IT 1 I 47 1 I C> I 1 S 1 1 I I I I ff o#1 CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this 12 day of MARCH A.D., 19 87 , by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and STANDARD ENVIRONMENTAL SERVICES, INC. 9406 NORTH LOOP EAST of the City of HOUSTON County of HARRIS and state of TEXAS 77029 , 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# 9713 - ASBESTOS REMOVAL - $10,821.00 PURCHASE ORDER # 77920 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, a_nd 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 Electric Production Staff Cit of Denton Texas. , 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: ATTES ony Rose Vice President PROVED AS TO FORM: City Attorney CA-2 0044b (SEAL) Standard Environmental. Services, Inc. Party of the Second Part, CONTRACTOR By Bruce Newsome / � Title President�� (SEAL) r'UROHASING DEPARTMENT City of Denton 901-8 Texas St. Denton, Texas 76201 BID INVITATION CITY OF DENTON, TEXAS Date February 3, 1987 BID NUMBER # 9713 BID TITLE ASBESTOS REMOVAL Sealed bid proposals will be received until 2:00 p.m. FEBRUARY 19, 1987 at the office of the Purchasing Agent, 901-B Texas St., Denton, Texas 76201 For additional information contact JOHN J. 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. 5. 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. 11. 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-S) sl LNUHBEx 9713 BID PROPOSALS. Page 2 of 7 ITEM OESCRIPTION OUAN. PRICE AMOUNT 1. RMWAL AND DISPOSAL OF ASBESTOS MATERIALS UM.ER 1 $10.821.0 10,821.( UNIT 1, 2 Am 3 F Rmpm AREAS AT = DFNTw ELECI ZICAL POKM PLAW. Asbestos Materials Under #1, #2, #3 Furnace Areas These areas are about 20 ft. by 20 ft. in size and 4 ,ft. to 6 ft. high. These areas have been used for years in storing insulating materials. These materials are in boxes, bags, and sane are laying loose. Some bags which were purchased years ago frcs, army surplus, are cracked open from old age. Scme pipe insulation material is not very old, but is full of asbestos. The sand floor is saturated with asbestos fibers. Portions of the furnace floor insulation have been wet from rains in the past years and are hanging loose. Since these units are laid up cold and dry for long periods of time, there is no heat to disperse the moisture. TOTALS 10 821. i $10,871.0 We quote the above f.o.b. Demon, Texas. Shipment on be made in_,12_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 constitues a contract. 9406 NORTH LOOP EAST Melling Address HOUSTON, TEXAS 77029 city state DO (711) f;7s 91 71 Telepnale STANDARD ENVIRONMENTAL SERVICES, !NC Signature PRESIDENT Title •'BID NUMBER 9713 SPECIFICATIONS Page 3 of 7 Purchasing Department City of Denton, Texas ASBESTOS REMOVAL 1. Bidder will furnish all supervision, labor, materials, tools, equipment, supplies, scaffolding, warehousing and on site facilities necessary to properly remove and dispose of the asbestos as listed, in compliance with associated federal and state regulations. 2. Insurance Requirements - The successful bidder must supply the City of Denton a current and valid Certificate of Insurance indicating the following coverage. General Liability - Bodily injury and property damage combined $1,000,000.00. Policy should be listed specifically for asbestos batement per occurance and reoccurance liability coverage as well as other industry requirements with sufficient limitations to meet these industry requirements. 3. The successful bidder must supply all permits required. 9. All EPA asbestos rules will be used for the handling, removal and disposal of the asbestos. 5. Contract Agreement - This contract agreement shall become a portion of the bid. 6. Performance Bond - This performance bond shall become a portion of the bid. 7. To avoid confusion on this bid it shall be a requirement for bidding that a representative from each bidder make an on site inspection of this project. Without this their bid will not be accepted.. CONTACT: Mr. Jerry Crisp 1701 A Spencer Road Denton, TX 76205 Phone # 817-566-8259 to schedule visitation Bond No. 04Q001-87 PERFORMANCE BOND STATE OF TERAS )( COUNTY OF DENTON )( KNOW ALL MEN BY THESE PRESENTS: That STANDARD ENVIRONMENTAL SERVICES, IN 9406 North Loop East , of the City of Houston County of Harris , and State of Texas as PRINCIPAL, and North American Indemnity ' , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and .firmly bound unto the CITY OF DENTON_ TEXAS as OFNER, in the penal sum of Ten thousand eight hundred twenty on Dollars ($ 10,821.00 ) 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 12 day of MARCH , 19 87 , for the construction of BIDS 9713 - ASBESTOS REMOVAL AT ELECTRIC PRODUCTION PLANT 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 .co venanted° 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 Harris County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Suret have signed and sealed this instrument this 31st day of March 19 �7 Standard Environmental Services, Inc. Principal By CU. 'i ruc ewsome Title president Address _9406 N. Loop East _Houston, TX 77029 North American Indemnity Su tzy 40 obert Holberg Title President Address 3131 Briarpark Drive #400 Houston, Texas 77042 (SEAL)_ of the Resident Agent of Surety is: Brisco Insurance Agency 25132 Oakhurst #250 Spring, Texas 77386 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b SERVICE OF SUIT CLAUSE (U.S.A.) It is agreed that in the event of the failure of the Company hereon to pay any amount claimed to be due hereunder, Company hereon, at the request of the Insured, will submit to the jurisdiction of any Court of competent jurisdiction within the United States or other countries and will comply will all requirements necessary to give such Court jurisdiction and all matters arising hereunder shall be determined in accordance with the law and practice of such Court. It is further agreed that service of process in such suit may be made upon Robert Holberg, President as nominee for NORTH AMERICAN INDEMNITY and that in any suit instituted against any one of them upon this Policy, the Company will abide by the final decision of such Court or any Appellate Courts in the event of an appeal. The above named is authorized and directed to accept service of process on behalf of the Company in any suit and/or upon the request of the Insured (or Re -Insured) to give a written undertaking to the Insured that he will enter a general appearance upon the Company's behalf in the event such a suit is instituted. Furtherpursuant to any statute of any State. territory or district of the United States which make provision therefore. the Company hereon hereby designates the superintendant. commissioner or directors of insurance or other officer specified for that purpose in the statute, or his successors in office, as it's true and lawful attorney upon whom may be served any lawful process in any action. suit or proceeding instituted by or on behalf of the Insured or any beneficiary hereunder arising out of this Policy of insurance. and hereby designates the above named as the person to whom the said officer is authorized to mail such process or a true copy thereof. All other terms and conditions remain unchanged. This endorsement is attached to and made a part of Policy No NORTH AMERICAN INDEMNITY. Issuedlo:___ Standard Environmental Services, Inc. Dated at: Houston, Harris County, Texas Date:. March 31, 1987 HolbergAuthorized Representative. President of the e NORTH AMERICAN INDEMNITY SABRE HOUSE P.O. BOX 171, GRAND TURK TURKS AND CAICOS ISLANDS BRITISH WEST INDIES POWER OF ATTORNEY KNOWN ALL MEN BY THESE PRESENTS: That the North American Indemnity, a Corporation in British West Indies, having its principal office in Grand Turk pursuant to the following resolution, adopted by the Board of Directors of the said Company on 12-31-84 to wit: "The President or any Vice -President, or other office designated by the Board Executive Committee shall have authority, severally, to make, execute and deliver a power of attorney constituting as Attorneys -in -Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint HOLBERG & COMPANY its true and lawful Attorneys -in -Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Unlimited on its behalf of this Company, in its business and in accordance with its charter, to bind North American Indemnity thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, North American Indemnity has caused these presents to be signed by its President and/or Vice Presidents, and its Corporate Seal to be hereto affixed. Houston, Texas Harris County as. RT MERICA INDEOM'.NITYY �"" 047. R rt Holberg, President I - CERTIFICATE ^ I, the undersigned, Secretary of NORTH AMERICAN INDEMNITY, 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, are now in force. Signed and sealed at the said Company, at Grand Turk, B.W.I., this March 19 87 day of CERTIFICATE OF INSURANCE CITY OF DENTON Nee and Address of Agency Rri CCn Tnc lr nce Agency 25132 Oakhurst, #250 Spring, Texas 77386 Phone 367-4031 (ama and Address of Insuredt City of Denton Reference: Project Nave: Bid_#9713-Asbestos Removal Project Not #9713 Project Location: Electric Production Plant Meneging Depti Purchasing Department Companies Affording Coveraget Standard Environmental services, Inc. A North American Indemnity 9406 N. Loop East e Houston, Texas 77029 phar C This Is to certify that policies of Insurance listed below have beat Issued and are in force at this time. ttery T of Insurance PoIi Number Datteilce Limits of (000)y sive general Liability GL10063 2/26/8 Occurrence -Cam nce = - Claims Made (sea f2-reverse) Bodily Injury Broad Fare to Includet Property Damage $ A - Presisas/operations - Independent Contractors - Products/Completed operations Bodily injury and Property - Personal Injury Pam" Combined $1,000,00 - Contractual Liability (see 01-reverse) - Explosion and Collapse Hazard - Underground Hazard - Liquor Coverage Lop IabIlity - Fin 1 liN I (see /S-reverse) - Broad Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see i2-reverse) ComprehansIve AutiomobIIa Bodily Injury/Person $ Liability Bodily Injury/Accident $ - Owned/Leased Automobiles Property Damage : - Non -owned Auto lies Bodily Injury/Property .I - Hired Automobiles alyC = - Workers' Capensetlon and Statutory Amount Employers' Liability eachex an O" er Insurance Bodily Injixy.and I perty Damage Arising out of - Asbestos Pi rroval ar Asbestos containing fibers on an tcriptlon of Operations/Loeationa/Vehicles. The City of Denton is an additional insured as its interest may mar as defined on the reverse side. r and address of Certificate Holder. 3MI1,187 CITY CF DFNICTI, 'IDUIS RIMMING AaM v 9D1-B IEX%S Sr DMM, IX 76O71 SfE 13UT47 Q+' amm= Q1 DO Q-41MKMI; . OWNERS' AND CONTRACTORS' PROTEMIT LIAB:LITT I\S_-R_\CE COVERAGE PALRT (cols visa) COPERAGL FOR OPERATIONS OF DFSICNATED CONTRACTOR CO\ERAGE A — BODILY I\ILT.Y LIABILITY COVULILGE B — PROPERTY DAMAGE LIABILITY -he erase.': w.• - oa bens[: of ;ere irlrund all sum, which the io, al< I= CCante ;C; 3f lc Ob n Ca It tO Pa[: 3) da=3g S6 CcoaUse O: Coyca:c A. ba:iiv henry err Cover-;! B. crew,:, derma:e I o r"it.`. :his in PJn nce aPo; its. tlu se d Jb-. an securer. it and aril i n; o.• of exra::rs p .'fOrmed for the nand tnneeS Ds" the contractor dtl::ra:ec :� int s:=,m a: the citation de,:;ratrd :r.r.:,r. or "II a:b Cr rmisOAI cI she named Ilulori ir. eonneetl T:; t.'I:n nits ;erne:ai suxrv:uor, ci siren operalNOMI, and the company sisal: hnve trt rs:ht And cur: to deiend anv suit atemst the incur.: seeklrc eamages on Acroer.[ of ricer i,mi:y injury or preaerry dame:,. ever. H am" at the C.MliOhs C: the tYlc an gM%1n Olttt. :else or iraudule:t. and setzv maize such investigation and settlement o! any claim. or snit as it deerns expedient, but the company shall not be obh:nted th pay any claim or iudzmeat or to defend am' suit alter the apolicabi, limit o! the rampams liability ass been =-usustrd by payment o! jue.menu or se[tiaaenta Exclusions leis insurwacc does not apply: (Q to.l'tabiii:y assumed by the :neared under any coamc: or areee- cer.: except an snc:densci emfroef; but this cxchmon does not ap;w to a warrant)' tin: tsar: performed oar in. aeu.nAtea con- tractor will be done in a worlaudike maoaer; (b) so bodily injury or properly dasneg, occurring zfter (I) a:i xAi on the project (other L:an servxe, maint"ance or "=its) to be performed by or on behalf o! the "mad insured at the site of the covered operations has been conspieted or (?) that portion of the designated contractor', wori out of which \ the injury or damage arises his been put to iu intended use by any person tr arganiastion other than another eontractar or subcontractor eogaged in performing operations for a principal as a part of the samc project; (e) to L:d&y injury or prrperey denials arising out of any act or omission of the vamd insnred or onv of his emplm'ees. other than general super.•ision of wort performed for the ssauiof iarurd by the deAig. stated contractor; (d) to anv oblintion for which the iartrd or aav carrier as his imurer may be held liable under.any workmen's compensation, unempioy. ment compensation or dlsabibry benedu law, or under any similar lair; (a) to Wily igiary to any employee of the :nnvd arising ant of and I, the count of hie emplovment by the innrr,d or to an, obligation of the :nru.d th indsmniN' another because of damages arising out o! such injury; but th,A seclusion owes not apply to liabuiry assumed by the insured under an stndesuel soeuaa; (1) to Properly dame(, to (1) property owned ar occupied by or rented to the isrsertdn (n_) property need by the iarurd, (b) property in the care. eustode err control of the insured ar as to which the stuttered is for any purpose ez,ertising Dbysieal control. m (4) asorb performed for the insured by the designated contractor, (_) to basil injury or property domege due to erar, whether or not declaxd, civil war, insurrection. rebellion or revolution or to any nce or condition incident to any of the foregoing. with respect to (1) liabiary assumed by the Insured undo an incidental oehiroG, cr (?) expenses for first aid under the Supplemet:uy Paymeau prmtuon of the policy; (h) to bodily injury or property dam rs atisinT out of (1) the mr- e.•Alsio. craiattaancc, operation, uw loading or unloadm.- of any mebi:e .. sQaipmrnt while being used in anv prearranged or organized rating, ;speed or demolition contest or in any srunting activity or in practix ,J err preparation for any such contesz on amiviry or (]) the operation or use of any snowmobile or usher designed for use therewith; no to badly injury ar property damarr, arising out of the discharit, diryersai, reins, or escape d smoire, wapors, coo:, fumes, Gods, al"lis, toxic chemicals• liquid, or gases, waste materials or other im=&, contataiaanu or po(luaau into or upon land. one atmoe- pnere or any water course or body o: water: b.: tbir et:i.sion noes no: apply if suc.. dtscs:.rc, dupe: u:, rucase a. es_pc a suaoen and accioenui: C) to loss of use of tan;ibie properr: whi:h k. not been n:hys,=Dy lnJurea or dtL::O'zed result,.; ir.re a deny in or is cc of ocriormanee by cr or. bc.AL ci thg n:nid msurec of any contract Cr a;retmez:. Cr (I) toe iaiiure of [he nomad in:nrri r p.duar err wc.k performed b•' or on bent.' o! in, nandd I:. nr.D to met: the rvti o: her. iorma.ee, stair:•:. i.me., a: der: oi:::a)•v'a:;:and o: represented by tnt ren:z snsurd; b_::-it eycw,ior, does net apnl•' Ia ie•, of ust of other nnrihlc prCre.•ty rtLL:an; iroS Inc suaecn -nz ac lot-ta. 2n- ;=: moue' to or o_s:nlclon o: the nentrc :nmrr i moduar or wore v_.iormed b•: or or. send. of the r:am"­ msurtd After such, 0-ode^, or uo:k bane beer. put In We Dy an) person or O:pus: uoa mCe trio a0 I.IYILd. II. PERSONS INSLMED Each of the foliowiz; is an :nmrrd enzw Ibis insurna:e to the eat-.: set forth below: (a) i! :he named irsurrd is deu;mtr_ in the declarations ns an fo- divicival• the person w des;dated and his spouse; (b) if the mnir insured is dni.natrd in the declarations as a partner- ship or Joua venture, the nartnershm or Joint venture w desir=ted and any partner or member tnereof but only w'ita respect m his liabiliry as sued; (e) it the anstd imstrrd is designated in the declamtions it other than an individusi, panne.-shlo or joint venture, the orga0ucition w designated and any execvuve once, director or atxknoldec thereof w'hiie acting wit" me scope or sa duties as such; and (d) any person (other than an employee of the tamed :nand) or orcaniauon while -.Ling as real estate usax,irw io.- we sutsud insure: III. LIAITIS OF LIABILITY Re;ardles, of the number of (1) insureds under this pollee, (I) persons or oraniz'ttions who sustain bodily injury or praperry it m.W. or ff i claims made or suits bran;ht on account of > dy sulu y C properly dame:c, the company's liability is Limited as foUaws: Coverage A — The total Rabliry of the con:paey form;; AD daa including damages for care and lass of smicts, because of bodily iurury n sustained by oe or more persons at the result of any one of ur;cnu shall not exceed the iinsit of baduv injury lishdiry stated in the schedule as appUeabie to "each actsrrmor. Ceeva;e B — The total liab'uiry of the company for a!l damages because of nil prepersy damo age sustt ad by one err more persons or orraniaations as the result of any one eccurtrue shall no: exceed the limit of property denial, iubiliry stated in the atJsedule as applicable to "each musrrtn, '. Subject to the above previison respecting. "cach artmrewee^, the total Iiabiliry of the company for afidamagu because of all property acmagt to which this caverare applies small no: exceed the limrt of pr7 do, Is liability stated in thescheduleas "agrreante". If more than one project is designated in the scboduic, such �z, errata limit shall apply separately with respect to each proj=. Coverages A and B — For the purpose of det... irg Lhe f'nnit of the company's liability, all bodily injury and property damage arising out of cmtinuch s ar repeated exposure to substantially the same Metal condition shall be considered as snaing oat of sae orarrsvm IC ADDITIONAL DEFLNMO:I {Phu used is reference to this iart_=sate (Iadud'mz ends is forming a part of the policy): "verb" includes suteri" parts sad equipmeat•fmtaisbed In era, a•.»:^h therewith. ' V..POLICY T11(RITORY This policy applies only to badly injury err properly damage which occurs within tee paeiey Icruer7 OfP4 OUNIEPS' .i14'.7 COh-17-ALI—opS, Pgc?Zc 1T J1iBG..�� !'� LRA:%G CIMT_R...G2 PAR GDVIRAGL FOR OPERAT20NS OF DLSIGNA—_D CON-MXC-OR 1. Cawv Pv. iv . evt d P.dc. Ne._- ..Qu.1QQ63... ........ ._....... _._. or/a•�q T ua v .i= .0 m. d.o.• Yv d m.a n wy un� star.+ rtAtO n.et. .............. I u tw Nw ,ova u eN toia+l ua iar®a aut d or aon.. e�.ua� r.� Standard Environmental Services, Inc. 1r .:manl. v mt�.r®d mr N.wel d or v.w.m uo w W_- o W d o � d o MK! Na m 17 waui raves. .nA T� tat •..� r!►� Y l...a..: SCREW Tlw t.vtt+ae. ttEare..a rt en .nID �.st m .vm d ta+ 1.13.'..vi .a+re..r N V• tadleat.-0'...s -" a.®W m eaAr>tr .r ear,.. �Ir. Ym.a al ts. .a.m Vu� . WalUt7 .iYtia rcn .vea eww.y urll N r Yura arws rus.r� m W tar orto• of [sY rnUe, tur� A—S-6117 Ialtrt7 LAs U97 .1 /1„000fo@@• ..tart+m I 3 — r+.ars7 Iat>s/r Watuv I I i 3 .w ..ca mn.ao I . w w,w•v %ATVI CLAX "'Tt i Ra ow_ I Ap•.ao Pr+�vs• Caw t T,.tmarm ISr � •. � i • .J. r..... •. ... vrrr r.. t.. r. r.�+r r.•r. N� I Cart I Asbestos Relmval for the projeotl at the Electric Production Staff City of Denton, Tx. .ar..•Ya 1 I.It Y 2% per 1,00 2j 6.00, i. • i Ywi ; TOTAL ADVXNa I 216.00.1 u tar roue, rrrr . ttrn tau .N "� . aar h•tau.m t. h7•a+t On a•7.rn•r ... Y ralln 3 I.t Aawtw I Ina Aantw.rtY� 1 Dryssysn .r C+evsevr.�. .._..__..___ •'�� tI CP.. T r .�� Stalxda,rd Eny1rOZ?i!!eP���T�sr '3-•----. 9406 N, T;ooP East1 Houston, .Texas City of Denton, _Texas is S..ta...ta 1st t P."" Md .eau .nno.at ts�MY t W^ u Mr. .otceNm.7�o.cem. t+faw tttWr�t� I..ts. s: tLr Iraq. _ .'1r s,.d'ne...tta Nw.irr nova r 0.1e OCl'•I d ua /e,v .n ►srra7 tw..a m YW v.M a /.rt trod. TL. [aw•n hn a..11 Nt N a.mv/ trans. esu>.N•./..a 1.7. dul..umvm .tart d M evt.a.n.• O..ro.a yt U ms Ca.v.+. Part tns .Aar Y a aM al.e'nw Nn d W oeue'. .na. .t rr d Y+a .•..el'. ia.va . tmtaq .sN1R t Etta. m a. a¢v_tv.0 wf. d we ovRS ar ..w. •utnena.o ./.rat v a.. n.na.nY wll tamatun .da e.amtvs.{uM. Co ��. [�.....,..d h._. ._ _._ ..... OCf.I V