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