HomeMy WebLinkAbout2000-277ORDINANCE NO Doi GY4
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF US HIGHWAY 377 — 20 INCH WATERLINE,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN
EFFECTIVE DATE (BID 2538 — US HIGHWAY 377 — 20 INCH WATERLINE AWARDED TO
DICKERSON CONSTRUCTION CO, INC, IN THE AMOUNT OF $974,392 50)
WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements
described in the bid invitation, and plans and specifications therein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive sealed bid for the construction of public works or
improvements, as described in the "Sealed Bid Invitations", or plans and specifications on file in the Office
of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and
approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2538 Dickerson Construction Co , Inc $974,392 50
SECTION II That the acceptance and approval of the above competitive sealed bid 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, and insurance certificate 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 Request for Sealed Bids, 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 sealed bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved
bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the '0 day of {i2 , 2000
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY h)lo 1-47�
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY<f / l �
BID 2538 - CONTRACTUAL ORDINANCE
Bid # 2538
U S Highway 377 20-in Water Line
Date 7 0
Vendor
Principal Place
of Business
Total Base Bid
Bid Bond
Dickerson
Celina
$974,39250
Yes
S J. Louis of Texas
Arlington
1 009 718 92
Yes
Mid -State Utility
Waco
1,017,35100
Yes
Bowles Construction
Wichita Falls
1,029,694 30
Yes
BCI Utility
Carrolton
1,073,786 00
Yes
LarrettInc
Kaufman
1,074,347 00
Yes
Circle C
Ft Worth
1,081,945 00
Yes
C-Con
Dallas
1,147,243 50
Yes
Rodman Utility
Frisco
1,164,529 00
Yes
Utilities Inc
Lake Dallas
1,197,649 76
Yes
Linderstohl
Ft Worth
1,278,690 00
Yes
Long Construction
Mansfield
1,343,888 00
Yes
Saber Development
Dallas
1,397,078 60
Yes
Pate Brothers
Kennedale TX
1,416,179 10
Yes
Ja oe Public
Denton
1,463,288 00
Yes
Mid -Continent Excavation
Rockwall
1,554,777 10
Yes
R-Con
Irving, TX
1,713,440 00
Yes
EXHIBIT I
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 5 day of Se temher
A D , 2000, by and between City of Dentnn
of the County of Denton and State of Texas, acting through—11Zhnel W TP7.
thereunto duly authorized so to do, hereinafter termed "OWNER," and
Dirkenznn Cnnemirtinn C n inr
Cphna� TX 7-SMQ
of the City of Celina, County of Collin and State of Texas, hereinafter termed
"CONTRACTOR"
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
Rid 251R - IN High 477 - 7(1 rorh WaterlmP
in the amount of 9741397 50 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
work specified above, in accordance with the conditions and prices stated in the Proposal and
the Performance and Payment Bonds, attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for
Bids), and Instructions to Bidders, as referenced herein and on file in the office of the
Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints,
and other drawings and printed or written explanatory matter thereof,
CA-1
and the Specifications therefore, as prepared by
all of which are referenced herem and made a part hereof and collectively evidence and
constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of tune as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
A EST
Cary of Denton
OWNER
BY
(SEAL)
ATTEST
APPROVED AS TO
CITY A'
h, C\CtrKlo-j CDr )I'
CONTRACTOR
Ci ltti1'. ,'(",xRs Is0-oq
MAILING ADDRESS
Rjz- 3sz-zt't3
PHONE NUMBER
14F.MW
911-35z zo43
FAX NUMBEJV
BY
TITLE y/1/
PRINTED NAME
(SEAL)
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carvers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract Upon
bid award, all insurance requirements shall become contractual obligations which the
successful bidder shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers, or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses
Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
of That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's lunit of liability
• All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED"
• Should any of the required insurance be provided under a clauns-made form,
Contractor shall maintain such coverage continuously throughout the term of this
contract and, without lapse, for a period of three years beyond the contract
expiration, such that occurrences arising during the contract term which give rise
to claim made after expiration of the contract shall be covered
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for clauns investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS.
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[X] A General Liability Insurance.
General Liability insurance with combined single limits of not less than $1 000.00 n
shall be provided and maintained by the Contractor The policy shall be written
on an occurrence basis either in a single policy or in a combination of underlying
and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage
liability
1XI Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $500 000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use
of all automobiles and mobile equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
• any auto, or
• all owned, hired and non -owned autos
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the nummum statutory requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a
$500,000 policy limit for occupational disease The City need not be named as an "Additional
Insured" but the shall agree to waive all rights of subrogation against the City, its
officials, agents, ei :s and volunteers for any work performed for the City by the Named
Insured For building or construction projects, the Contractor shall comply with the provisions
of Attachment I in accordance with §406 096 of the Texas Labor Code and rule 28TAC
110 110 of the Texas Worker's Compensation Commission (TWCC)
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance company that carries
the Contractor's liability insurance Policy limits will be at least combined bodily injury
and property damage per occurrence with a aggregate
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building Limits of not less than
each occurrence are required
[] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under
this Agreement
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements If such additional insurance is required for a specific contract,
that requirement will be described in the "Specific Conditions" of the contract specifications
ATTACHMENT 1
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a
certificate of authority to self-msure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406 096) - includes
all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner -operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401011(44) for all
employees of the Contractor providing services on the project, for the duration of
the project
C The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract
D If the coverage period shown on the contractor's current certificate of coverage
ends during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended
E The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project, and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project
F The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter
G The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project
H The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all
persons providing services on the project that they are required to be covered, and
stating how a person may verify coverage and report lack of coverage
I The contractor shall contractually require each person with whom it contracts to
provide services on a project, to
(1) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401 011(44) for all of
its employees providing services on the project, for the duration of the
project,
(2) provide to the contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project,
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project,
(4) obtain from each other person with whom it contracts, and provide to the
contractor
(a) a certificate of coverage, prior to the other person beginning work on
the project, and
(b) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project,
(5) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project, and
(7) contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services
J By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all
employees of the contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's Division
of Self -Insurance Regulation Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil penalties,
or other civil actions
K The contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the governmental entity to declare the
contract void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity
Bid 2538 Insurance
WORKDAYS 120
BID NO 2538
PO NO
BID TABULATION SHEET
120 I
LF I $ So /1.+ 1
$ 6. 000. "
�'
078
LF j$,av/
is 44W,4 9,
s{n to l003, lJa7
88
IX
$ 30o /k
$]G 400 IVA
445
LF
$ 3po /xa
$ 133 Soo.:.
1
I EA
$ /
$
11
EA 1$
/ 1$
S ooO K A
S, �:� ✓w
1 1
EA
$ 1 000 / K
$ l o00
1
FA
$ $,000 /,cam
$ S,000
6
SA
$1d S0o / l t
$ '4S, o00
7
EA
$;SOO l +.
$ 17,foo.
61
EA
$bso
$?S Sne_ :.
P-3
BID TABULATION SHEET
Base Bid Cont.
WORKDAYS 120 _
BID NO 2538
PO NO
Combination Air and Vacuum Release Valve
TlEA
$4soo ,[v
$ ASoo
6 7 3p)(Fir
Unit Price in words
6 7 3(o)
1" Water Service
8
$ !0 00
/
$ Q 800 -
Unit Price in Words
6 7 :
2" Water Service
-
Unit Price in Words
SP-3
HMAC Pavement Repair
46
LF
$ 7 s�
!
$ MS -
Untt Price in Words
SP-3
I
FhWble Base,Pavement Repair
157
LF
$ S '
!
$ } 85
Unit Price in Words.
SP 3
Grass Seedmg With Erosion Control Blanket
14,462
LF
$
l
$ k0$944 $
Unit Price in Words
SC-10
Rock Excavation
2,000
CY
$ / F •
!
$ 2,coa
Unit Price in Words
SC 37
Bxc ivation Protection
14,592
LF
$
Unit Price in Words
SP 3
Remove and Replace Tree
4
$ 4,000 -
Unit Price in Words
SC-39
Project Sign
2
EA
$ Soo
/
$ 1 aw
Unit Price in Words
8 1
Barricades, Detours, and Warning Signs
1
LS
$ T000.
/
$ Zovo -
Unit Price in Words
I
3 13
Right -of -Way Preparation
1
I LS
I $S 000-
!
$S000 -
Unit Price in words
P-4
WORKDAYS 120
BID NO 2538
PO NO
BID TABULATION SHEET
ssia wont.
_.
121 1 Contractor's Warranties and Understandings 1 LS $15 o+a / $ 25
Unit Price in Words
814 Barbed Wire Pence 260 LF $ .5 "a. l $—
Unit Price in Words
6 7 3(o) UPRR Contractor's Right Of Entry Agreement 1 LS $ 500/00 $ 500 00
Pee
Unit Price in Words
Total Base Bid (Words and Numbers)
SE11r,,.. Skr�
,
E gtti4E 1 C
fU',jur /Jja/iAs1l 7/1vE' Nucw47- /ta., //1Ti+u�IAnZ
T „`/1Bt A(„aCncG .64y- Tw UO /4,
P-5
u-
or�.j� fir'/8
4-1,3t,o
$
TOTAL BID PRICE (Total Base But fd Bid Alternate) IN
ti.Ne got.Zne2 OJn"��aalAwi
C fAf Ili. q- Ir, 2'04o
u /I(,,./Mil N.I`wo Or
Determination of the lowest qualified budder may be based on the Total Base But, and/or the Total
Alternate But, in addition to all other requirements of these contract documents and specifications
The contract will be awarded to a single bidder
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
DI CA E 10 011 coved- C0 (,Vol
CONTRACTOR
BY
A aDK If
Street Address
Cf-/,'.d,_Tc.ra) �Soc9
City and State
Seal & Authorization
(If a Corporation) 9-7.) - 3 8 2-
Telephone
RM
I M P O R T A N T N O T I C E
- - - - - - - - - - - - - - -
TO OBTAIN INFORMATION OR MAKE A COMPLAINT;
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE TO OBTAIN INFORMATION ON COMPANIES;
COVERAGES, RIGHTS OR COMPLAINTS AT
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE
P.O. BOX 149104
AUSTIN, TEXAS 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A
CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE
DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS
DEPARTMENT OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A
PART OR CONDITION OF THE ATTACHED DOCUMENT.
Bid Bond
Surety Department Bond No N/A
KNOW ALL MEN BY THESE PRESENTS,
That we,
Dickerson Construction Company, Inc.
as Principal, hereinafter called the Principal, and the Hartford Fire Insurance Company , a corporation created
and existing under the laws of the State of Connecticut , whose principal office is in Hartford, Connecticut , as
Surety, hereinafter called the Surety, are held and firmly bound unto
City of Denton, Texas
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Greatest Amount Bid Dollars ( $ S%
GAB), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bmd
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents
Whereas, the Principal has submitted a bid for
Bid No. 2s3g / Highway 377 20" Water Line
NOW, THEREFORE, If the Obligee shall accept the bid of the Principal and the Principal shall enter into a
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the biddings or contract documents with good and sufficient surety for the faithful performance of such
contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of
the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the
Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger
amount for which the Obligee may in good faith contract with another party to perform the work covered by said
bid, then this obligation shall be null and void, otherwise to remain in full force and effect
Signed and sealed this 18th day of July A D 2000
Witness
Attest .c
cvcaaQwaw
Dickerson Construction Company,
Inc
(Principal) (SEAL)
By ,/ A r (SEAL)
(Title)
Hartford Fire Insurance Company
i,
Attest � By
Ka4thy M ks - Wi ress Regina Dow mg, Atto ey-m- act
(Title)
(Approved by the American Institute or Architects,
A I A Document No A-310, 1970 Edition)
Form S-32664 Printed in U S A 12-70
(SEAL)
(SEAL)
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY a Coporation duly organized under the laws of the Slate of Connecticut and having its
principal office in the City of Hartford, County of Hartford, State of Connecticut does hereby make constitute and appoint
BRUCE C De HART EDWARD L MOORE DAVID R GROPPELL REGINA C DOWLING
ROSALYND HASSELL and NANCY TANKO of HUMBLE TEXAS
its true and lawful Attorneys) in Fact with full power and authority to each of said Attorneys) In Fact in their separate capacity if more than one is named above to sign execute and
acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons
holding places of public or private trust, guaranteeing the performance of contracts other than Insurance policies guaranteeing the performance of insurance contracts where surety
bonds are accepted by states and municipalities and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed and to
bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the some extent as d such bonds and undertakings and other writings obligatory in the nature thereof were
signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratifies and confirms all that its said
Attorney(s) in Fact may do in pursuance hereof
This Power of Aflame)' is granted under and by authority of the By Laws of HARTFORD FIRE INSURANCE COMPANY ("the Company) as amended by the Board of Directors at a
meeting duly called and held on July 9 1997 as follows
ARTICLE IV
SECTION 7 The President or any Vice President or Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to sign and
execute and attach the seal of the Company to bonds and undertakings recongnizances contracts of indemnity and other writings obligatory in the nature thereof and such instruments
so signed and executed with or without the common seal shall be valid and binding upon the Company
SECTION a The President or any Vice President or any Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to appoint
for purposes only of executing and attesfing bonds and undertakings and other writings obligatory in the nature thereof one or more resident Vice Presidents resident Assistant
Secretaries and Attorneys in -Fact and at any time to remove any such resident Vice President resident Assistant Secretary or Attorney in Fact and revoke the power and authority
given to him
Resolved that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile and
l be valid and
ng
on tre
by facsimile such s signatures and facsimlile seal al shall be valid and bindifacsimile ng upon the Companatures or lnysInthe future with respect of any bond or undertaking to which it Iand any suchpower
attached executed and certified
In Witness Whereof HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice President and Its corporate seal to be
hereto affixed duly attested by its Secretary this 14h day of May 1999
HARTFORD FIRE INSURANCE COMPANY
. '0 0� OJL-�
Paul A Bergenholtz Assistant Secretary
STATE OF CONNECTICUT
SS Hartford
COUNTY OF HARTFORD
f�
Jl
SEAL �Jw/�
Robert L Post Assistant Vice President
On this ing by me
swoon did
pose and say
es in the County
Hartford day of May
Connecticut, l999 thatt heefore me is the Assistant Vice Presidelly came nt ofrt LPost to me known whoHARTFORD FIRE NauRANCE COMPANY the corporation described to antlwhichde executed he above)
instrument that he knows the seal of the said corporation that the seal affixed to the said instrument is such corporate seal that it was so affixed by order of the Board of Directors of
said corporation and that he signed his name thereto by like order
U-T-
Jean Wozmnk
Notary Pubac
CERTIFICATE bly Commission Bxpues June 30 2004
I the undersigned ` A HARTFORD FIRE INSURANCE COMPANY a Connecticut Corporation DO HEREBY CERTIFY that the foregoing and attached POWER OF
ATTORNEY remaii ice and has not been revoked and furthermore that Article IV Sections 7 and 6 of the By Laws of HARTFORD FIRE INSURANCE COMPANY set forth
in the Power Of Attc tow In force
Signed and sealed at the City of Hartford Dated the 18TR day of JULY 2000
7tt " *O-A-k"q)k
Richard L Marshall Jr Assistant Secretary
e !_sue-C
SEALS
J Dennis Lane Assistant Vice President
Form c 1907 9 It1F) Printed in I S A
I M P O R T A N T N O T I C E
TO OBTAIN INFORMATION OR MAKE A COMPLAINT,
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE TO OBTAIN INFORMATION ON COMPANIES;
COVERAGES, RIGHTS OR COMPLAINTS AT
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE
P.O. BOX 149104
AUSTIN, TEXAS 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES'
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A
CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE
DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS
DEPARTMENT OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME -A
PART OR CONDITION OF THE ATTACHED DOCUMENT
PERFORMANCE BOND
STATE OF TEXAS § BOND No. 61BCSAX1607
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Dickerson C onstruction IO ,
Inc. —whose address is ^^ Bo; 1RL,Celma TX 750n9
hereinafter called Principal, and MATFDRD FIRE INSURANCE COMPANY
a corporation organized and existing under the laws of the State of COMWTICUT , and
fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound
unto the City of Denton, a municipal corporation organized and existing under the laws of the
State of Texas, hereinafter called Owner, in the penal sum of Nine Hnndrwl Seven Ftnir
Thnncand Three F,Tnndred Rnnet3/ Tv n and 5n/in0 DOLLARS ($ 97d,i97 5n) plus ten percent
of the stated penal sum as an additional sum of money representing additional court expenses,
attorneys' fees, and liquidated damages arising out of or connected with the below identified
Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the
payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change
Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number Mnn-777 , with
the City of Denton, the Owner, dated the 5 day of Sept—�— A D '7000, a copy of
which is hereto attached and made a part hereof, for Rid'254R TrS H,ghwny377 - 70 ,nrh
Waterline
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be i -- e, notice of which modifications to the Surety being hereby waived, and, if the
Principal : -pair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in Working good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PB - 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , 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, or to the Plans,
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in -A-copies, each one of which
shall be deemed an original, this the _day of Reptrmb , -MM
ATTEST `
B SE TAR
I I;� Y=
B
ei? :C. 1 /
PRINCIPAL
DICEERSON CONSTRUCTION COMPANY, INC.
BY
PRESIDENT
SURETY
HARTFORD FARE INSSUURANCE COMPANY
BY wa r df' %�
ATTORNEY -IN -FACT EDWARD L. MOORE
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME P.C.L. INSURANCE AGENCY, INC.
STREET ADDRESS 206 ELM STREET, STE. 105, LEWISVILLE, TERAS 75067
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PB-2
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
BOND No. 61BCSAK1607
KNOW ALL MEN BY THESE PRESENTS That Dirkerenn Congtnlrtinn ( n
Inc whose address is pC) Rnx 181 Ce1ina TX 75009 hereinafter called Principal, and
HARTFORD FIRE INSURANCE COMPANY , a corporation organized and
existing under the laws of the State of COMECTICUT and fully authorized to transact business
in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a
municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called Owner, and unto all persons, firins, and corporations who may furnish materials for, or
perform labor upon, the building or unprovements hereinafter referred to, in the penal sum of
Nine Hiinnrea Spirenty Fnnr Thnnaand Three Hundred Ninety TWO and 50/1(10 DOLLARS
($ 974,392 50) in lawful money of the United States, to be paid in Denton, County, Texas, for
the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change
Order or Supplemental Agreement winch reduces the Contract price decrease the penal sum of
this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number ')nun-777 , with
the City of Denton, the Owner, dated the 5 day of September. A D 7000, a copy
of which is hereto attached and made a part hereof, for Rid 9SIR 11C HighwAy '471 _ 9n inch
Waterline
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of winch modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , 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, or to the Plans,
Specifications, Drawings, etc
PB-3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4_ copies, each one of
which shall be deemed an original, this the S — day of Septe`nhhe 7000
ATTEST
PRINCIPAL
DICKERS ON CONSTRUCTION COMPANY, INC.
BY
SEC TARY BY
PRESIDENT
IdUMMM WITNESS: SURETY
1 HARTFORDDFFIIRE INSURANCE COMPANY
BY
G C. I)OWLING BY
ATTORNEY -IN -FACT EDWARD L. MOORE
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME P.C.L. INSURANCE AGENCY, INC.
STREET ADDRESS 206 ELM STREET, STE. 105, LEWISVILLE, TEXAS 75067
(NOTE Date of Payment Bond must be date of Contract !f Resident Agent is not a
corporation, give a person Is name )
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
PO W ER OF ATTORNEY
Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY a corporation duly organized under the laws of the State of Connecticut and having its
principal office in the City of Hartford County of Hartford State of Connecticut does hereby make constitute and appoint
BRUCE C DeHART EDWARD L. MOORE DAVID R GROPPELL, REGINA C DOWLING
ROSALYN D HASSELL and NANCY TANKO of HUMBLE TEXAS
its true and l authority
iArtheir ins than e named is execute above to sign
and
acknowledgelawful
and all bonds and undertakings and otherwwritings obligatory thereof on behalf of the Company y in business of guaranteeing the fidelity of persons
holding places of cubic or private trust guaranteeing the performance of contracts other than Insurance policies guaranteeing the performance of insurance contracts where surety
bonds are accepted by stales and municipalities and executing or guaranteeing bonds and undertakings required or permitted In all actions or proceedings or by law allowed and to
bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as d such bonds and undertakings and other writings obligatory In the nature thereof were
signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratifies and confirms all that Its said
Attorney($) In Fact may do in pursuance hereof
This Power of Attorney is granted under and by authority of the By Laws of HARTFORD FIRE INSURANCE COMPANY ("the Companyl as amended by the Board of Directors at a
meeting duly called and held on July 9 1997 as follows
ARTICLE IV
SECTION 7 The President or any Vice President or Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to sign and
execute and attach the seal of the Company to bonds and undertakings recongnizances contracts of Indemnity and other writings obligatory in the nature thereof and such instruments
so signed and executed with or without the common seal shall be valid and binding upon the Company
SECTION a The President or any Vice President or any Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to appoint
for Secretaries andlAttorneysof iinl fact and at and attesting
time to remove aonds and nysuch and other residentt Vice lPresideiigatory in the nt resident Assistant nature Secretaryne or more or Attorney In Fact and revoke theident Vice spowerent Assistant
and authority
given to him
Resolved that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile and
l be valid and
on the
by fsuch acslmde s gnatures and facsimile seal shall be valitl asuch cnd bindiimile ng uponthe Company inor facsimile the of rre with respecit o any bond or undertaking o wand hich it itsuch s attachedower so executed and certified
In Witness Whereof HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice President and Its corporate seal to be
hereto affixed duly attested by Its Secretary this 14th day of May 1999
HARTFORD FIRE INSURANCE COMPANY
.,ter
`�
a
Paul A Bergenholtz, Assistant Secretary Robert L Post Assistant Vice President
STATE OF CONNECTICUT
SS Hartford
COUNTY OF HARTFORD
On this 14th sworn did
ose and
hat he
s in the
Hartford State of Conof necticut that he1999 afore me ls the AssistantaVice President ofcame Robert LPost to me known Who HARTFORD FIRE I . umANCE COMPANme Y the corporation described nil and which exit executed he above
Instrument that he knows the seal of the said corporation that the seal affixed to the said Instrument is such corporate seal that It was so affixed by order of the Board of Directors of
said corporation and that he Signed his name thereto by like order
0 � IItOTJWr �
'� leanH Wozniak
Notary Public
CERTIFICATE My Commission Expues Jnite 30 2004
I the undersigned Secretary of HARTFORD FIRE INSURANCE COMPANY a Connecticut Corporation DO HEREBY CERTIFY that the foregoing and attached POWER OF
ATTORNEY remains in full force and has not been revoked and furthermore that Article IV Sections 7 and 8 of the By Laws of HARTFORD FIRE INSURANCE COMPANY set forth
in the Power of Attorney are now In once
Dated he 5TH day of SEPTENI]iEB 2000
Signed and sealed at the City of Harllord")1 //''////nn//• r
lR L.Yvll /Y` �n
,m
Richard L Marshall Jr Assistant Secretary J Dennis Lane Assistant Vice President
Form S 3507 9 (HF) Printed in U S A
10/03/2000
PRODUCER Serial# A1290
EMPLOYERS GENER4IL INSURANCE GROUP, INC
123 N CROCKETT, STE 600
SHERMAN, TEXAS 75090
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
_WNIPANIES AFFORDING CO E
COMPANY OLD REPUBLIC LLOYDS OF TEXAS
A
INSURED
DICKERSON CONSTRUCTION COMPANY, INC
COMPANY OLD REPUBLIC INSURANCE COMPANY
B
--- --- — _
P 0 BOX 181
CELINA, TEXAS 75009
COMPANY
C -- ---
COMPANY
D
THIS I O CE TIFY M 11111911 U C L E B EN I EDT H N U ED NAMED AS R HE U PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICYEFFECTIVE
DATE (MWDDA'Y)
POLICY EXPIRATION
DATE (MIND
LIMITS
A
ENE LLIA II
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
X OWNERS&CONTRACTORS PROT
X BROAD FORM PD
TCP-4464234 **
03-05-2000
03-05-2001
GENERAL AGGREGATE
$
$ �06
$ 1
PRODUCTS COMP/OP AGG
PERSONAL S ADV INJURY
EACH OCCURRENCE
$
$ f06,000
FIREDAMAGE (Any one Pre)
MED EXP (Any one person)
$
X
XCU EXCL REMOVED
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
$
ANY AUTO
---
—_
BODILY INJURY
(Per person)
ALL OWNED AUTOS
SCHEDULED AUTOS
$
- -
HIRED AUTOS
NON OWNED AUTOSPROPERTY
ODILY INFIJII��RY
Per eccitlenl)
$
DAMAGE
$
GA
GE LIABILITY
AUTOONLY EAACCIDENT
$
OTHER THAN AUTO ONLY-
ANY AUTO
EACH ACCIDENT
$
-
--
$
AGGREGATE
-
EXCESSLIABILITY
EACH OCCURRENCE
$ - —
AGGREGATE
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
B
WORKER S COMPENSATION AND
EMPLOYERS LIABILITY
THE PROPRIETOW INCL
PARTNERe/E%ECUTWe
OFFICERSARE EXCL
WC-1463525 *
03-05-2000
03-05-2001
X TOgy LIMITS ER
_
S 3��600
EL EACH ACCIDENT
EL DISEASE POLICY LIMIT
$ -5a"00
EL DISEASE EA EMPLOYEE
$ 51)0,600
'SAID POLICY SHALL NOT
WRITTEN NOTICE BEING GI
OF PREMIUM IN WHICH CA
E CANCELLED, NONRENEWED
EN TO THE OWNER (CITY) EX
E 10 DAYS ADVANCE WRITTE
R MATERIALLY
EPT WHEN T
NOTICE IS RE
CHANGED W
E POLICY IS B
UIRED
THOUT 30 DAYS ADVANCED
ING CANCELLED FOR NONPAYMENT
POLICIES ARE ENDORSED TO PROVIDE *WAIVER OF SUBROGATION AND **ADDITIONAL INSURED IN FAVOR OF THE CITY OF
DENTON ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS
JOB BID 2538 - US HIGHWAY 377 - 20 INCH WATERLINE
THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES "
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF DENTON
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL 66&))%KU MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMEOKO THE LEFT
215 EAST MCKINNEY
DENTON, TEXAS 76201
=11104ko4)bKkl�( lEXX00P
010
$WiOFFERIES, REGIONAL MGR
II
Arno C t E* P FABEL
a4E.11J[[,. 1,./ i � � �ii.
^�-��(, yp }r A+ay�y1 '
I 1 { 1{� SVARWNCE p DATE (/02/ VI
10ION
PRODUCER
Elsey L Associates
sumoty/Inoumaaco Agnnay, Ina
8820 Will Clayton Plceay
Humble TX 77336
A M
C F CA ISSUEDS O FI l0
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ONLY
THISy ERAGE AFF FIDE NOTHE PO FIES BE OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
ALTHint ER
COMPANIES AFFORDING COVERAGE
Edward L Moore
P ono N. 291-540-3.5559 -RAO- 0
INSURED
COMPANY
A National American Insurance
COMPANY
B ._..
COMPANY
C
Dickerson Construction COmpany
Inc 6 Leais niakaraen, Indio
H 0, $OR 181
Celina TX 75009
COMPANY
0
.00VER%GES
THIS 10 TO OCRTIFY TI UT TI IC POLIOICC OF INOURANOE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERInD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
BEEN REDUCED BY PAIIES DBCEDWHA REIN IS SUBJECT TO ALL THE TERMS
ECgii WAY XCLUSIONS AND BE ISSUED OR
WJULI" L IMI 4 INSURSHOWN MAYCE AFFORDED
qh sUUMPERTAIN,
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
TYPE OF InfWAANrr DATE(MMIff) DATE(MMIDDPM
Lr POI ITY NIIMRFR DW
Mt6 LAGGREGATE
2
S
GENERAL LIABILITY
COMMERCIAL GENERAL UASIUTY
Q
PRODUCTS COMWORY
S
PERSONAL a INJURY
S
EN
EACH OCCURRENCE
S
CLAIMS MADE OCCUR
OWNERS a CONTRACTOR'S PROT
FIRE DAMAGE (Any one Bm)
S
MED EXP (Anyone PeNon)
S
A
Al TnMnRlI
F I IANIm
ANYAUTO
AU91764421
09/01/00
09/OS/Ol
COMBINED kii LIMI 1
11000000
X
ALL OVINCO AUTOS
SOOILYINJURY
(Pel Femon)
6
SCHEDULE) AUTOS
NIACO AUTO)
P UlLxuaeM) Y
(Pe,
E
][
NON-OWN®AUTOS
X
PROPERTY DAMAGE
S
GARAGE LIABILITY
AUIULWLY EAAW'EeW
5
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACGDENi
8
AGGREGATE
$
EXCESS UADUTY
EACH OCCURRENCE
S
AGGREGATE
S
UMBRELLA FORM
S
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WO
R C B
EL EACH ACCIDENT
}
S
ELDISEASE POLICY LIMIT
S
7FIE PROPRIETOW lun
PARTNERWE%ECURVE
OFFICERS ARE EXCL
rnH
EL DISEASE EA EMPLOYEE S
62iC IPTIONO{�FOPEmmow LOOATIONOYGYIICLCSISI'COAL ISMS y�C t�ODal Insured and Wa1Ver Of
8rf is -$in fBoteCY 1119 AAA,
NOT CiLLSD,I7ON_REN� O
SSuubro4ationB010
or Deg arp j �p�7MATEAIALL pWSTROp� �30 6 ADVAN�p CLSOAR NG OS
TIRE OWNER CIERCEPT WHEN TZPOLICY IB SE�CANCELLA)ION ��
CER IFICA HOLUFJl
DENRDBR em
City of Denton, its officials, SeMPANY Witt I
Agents, Employees and
Volunteers
221 N Elm
Denton, TR 76201 AUTHORIZED REPR ATIVE
FdvR rd Dore
CORPORATION 1988
ACQRD 25-S t) )
Z0 39Cd S31VIoosSvaNVA3S-I3 6TbL009T8Z L0 60 000Z/60/0T