Loading...
1994-113ORDINANCE NO. / 7 -//3 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 therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:1 SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications 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 1632 DICKERSON CONSTRUCTION $933,439.75 1633 SUNMOUNT CORPORATION $970,261.25 1634 H.P. ENVIRO VISION INC. $ 19,998.00 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 personshall 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 birds accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive 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 54day of ,1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY : /I WFFF- I- U11 AP ROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY / BY: Gf~ DATE: JULY 5, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1632 - UPGRADE WATERLINE-(SYCAMORE 20" WATERLINE) RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Dickerson Construction in the amount of $933,439.75. SUMMARY: The 1991 Upgrade Waterline (Sycamore Waterline) project consist of approximately 8927' of 20" waterline running from McKinney and Railroad to Highland and Ave A. This project is the first of four projects designed to increase Denton's transmission capacity from the east to the west side of town. As Denton's peak day approaches (30 MGD) and growth continues on the west side it requires higher and higher pressure to fill the tanks at night. Pressure requirements could reach 150 PSI by 1998 if no improvements are made. This high pressure will increase mainbreaks, increase pumping cost and could damage private property. The project as bid is $40, 201.00 over budgeted due to asphalt prices increasing from $1.00/square foot to $2.00 square foot. This increase adds $53,400 to the bid price, however, $977,000.00 is available allowing for sufficient funding. BACKGROUND: Tabulation Sheet PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED: Citizens of Denton, Denton Municipal Utilities and Dickerson Construction. FISCAL IMPACT: Funds for this project will come from 1991 Waterline Upgrade CIP Account Number #660-081-111187-11106-9138 $101,874.00 #660-081-111189-11106-9138 831,439 565.75 933.75 l.4e ect ully mitted Lloyd V . Harrell City Manager A Name: Tom 1). Shaw, C.P.M. Title: Purchasing Agent 504.AOENDA JUN-27-194 MON 11:54 ID: ITY OF DENTON UR TEL NO:817-566-8120 51995 P02 PUB MINUTES Excerpt 6/20/94 CONSIDER APPROVAL OF BIDS FOR CAPITAL IMPROVEMENTS PROJECT #1632 -1991 UPGRADE WATERLINE (SYCAMORE 20: WATERLINE) 4b). After extensive discussion and background information provided by Lee Allison . Giese made a motion to approve the bid as presented. Glen seconded the motion. All ayes, no nays, motion passed unanimously. I JUN 27 '94 10:55 ITY OF DENTON UR PRGE.002 DATE: JULY 5, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1633 - RYAN ROAD PAVING AND DRAINAGE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Sunmount Corporation in the amount of $970,261.25. SUMMARY: This bid is for the Ryan Road Paving and Drainage project consisting of approximately 4400' of storm sewer and 30,000 square yards of asphalt paving along with other related labor and supplies. The project location is from FM 1830 to FM 2181. Based upon our 'calculations there is approximately $1,010,000 available for construction bringing this project under budget by approximately $39,738.75. Completion is expected in ninety five work days. BACKGROUND: Tabulation Sheet Citizens of Denton, Sunmount FISCAL IMPACT: Funds for this project will come from Account Number #412-020- RYAN-9105. pectfylly itted: loyd V. Harrell City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 502.AOENOA O W v o M z z D m M D v ~ r M D m m ZED m Z n N W t y C ~ 1 mPz i 4 q m w ° X M ONO N N OD M W O 0O 1 Z I N t0 O fA -4 O fA n -IO ! O p ! Cf O 0) !0 W ~ f7i ~ ~ L N g Z~ W W W N O O ~0 O O O o O N O (A < 0z N O O O N O W Li ~Z 01 O Ul 69 i N ' a~0i m c D W CA) a W l7 ° om ~ N N co O1 0 i O DATE: JULY 5, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1634 -ASBESTOS ABATEMENT ELECTRIC PRODUCTION PLANT RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, H.P. Enviro Vision Inc. in the amount of $19,998.00. SUMMARY: This bid is for a blanket order for asbestos abatement services to be performed as requested at the Electric Production Plant. The removal and abatement of asbestos containing material (ACM) is required to access turbines and boilers for service. The Spencer Generating Plant incorporates use of high pressure, high temperature boilers and turbines in the production of electricity. The high temperature components are encased with insulating material, much of which has been identified as asbestos containing material. Removal of the ACM is regulated requiring specialty apparatus, training and certification. This contract provides for ACM removal services as needed and requested. Areas likely to require service include: Feedwater Heater 5-3 and 4-3 as well as Unit Three Feedwater Regulating Valves. BACKGROUND: Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Electric Utility, Electric Production Division. FISCAL IMPACT: Funds for this contract will be taken from 1993-94 budget funds, Account Number #610-101-1011-5120-8359AC with a balance of $83,416.66. 4 R ectfully sub fitted: 4d. are ity Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 501.AOENDA ya ;A A a W aN ate " " d c x x "g CIO 0 0 0 0 o° 0 o° 0 d y o C W a a a ro z y o c zz om om~ S r~ x a c 0 0 0 y n y 0[ tz trl y 3 0 0 z x x G ztil Z H z zro a H ro H 0 ro ro H H ° ro o k R° H o' -1 O z n w a H ro [ 5d '7, y 0 0 x'~A y N a 11113 x z *3 z m 4 . 0 w A r 0H~n 0H0 b > m R x ayy z dz 9~z n A a x x z H 0 C%1 p ~C W n m xx a a yy C H 0 0 ti x x > x ~ " z 9 Q~ H H H H H N O H O N H H H H H H 0 O O p O to O to to p O O O O O C O LA C cc C O O O C C O O O C cc O C O O Cif M rrixtz< y A < 0 4H ~ O LA N N W N 414 N w LA W W W ytV W W j a O O O O LA t0 10 N O T N N 00 b A N r x x O p p O C p C p LA M cc C p C p in C p p in in p p ° p m x z "xox 00 N y ro ~S 1p M N O H LA H F+ 040 A W H N H+ H H N A W N N w w H H A w Myy 11114 O O O lA O H a O to 1n a O O to * O O p O p C O O O O C A O O O g C O O O O O 0 0 O O 0 0 x V x N tz ~p r N t H r N H w W N N 00 to H H A A H H A W H N A A n r z Cm Vt to O o H to to N W O to N N b tD Ot a O O O O C O O O G LA cc C O O O C C O O C C cc C tn cc CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 5 day of A.D., 19 94 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. BARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and SUNMOUNT CORPORATION P.O. BOX 1770 ROANOKE, TEXAS 76262 of the City of ROANOKE , County of DENTON 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1633 - RYAN ROAD PAVING AND DRAINAGE in the amount of $970,261.25 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 attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA - 1 all. maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF all of which are 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 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. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: i r-, ~f CITY OF D N ' OWNER (SEAL) ATTEST: zznL - SDNNOUNT CORPORATION CONTRACTOR By Title UC« ~eSi o~z (SEAL) AAA0184D CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION of the City of ROANOKE County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of NINE HUNDRED SEVENTY THOUSAND TWO HUNDRED SIXTY ONE and 25/100--------------- Dollars 970,261.25 ) 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 r, day of JULY , 19 94 , for the construction of BID 8 1633 - RYAN ROAD PAVING AND DRAINAGE in the amount of $970,261.25 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 . PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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 Surety have signed and sealed this instrument this tr day of Tlat-Y , 19q4 . Sv171*zag C _av- vYa / /a.1 Princip 1 By - / fdn►r..r /cam'/ ~L /L Title 611c-e Address: 177U ooew' ; T~s 7~262- SEABOARD SURETY COMPANY Surety Title A 61N-FACT (SEAL) Address:U~qq l l_ 1(l~~ C `~i1\ Ln u\ voL- (SEAL) The name and address of the Resident Agent of Surety is: FRANK SIDDONS INSURANCE P. 0. BOX 2125 AUSTIN, TEXAS 78768 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D PB - 2 For verification of the authenticity of this Power of Attorney you may call, collect, 908-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION of the City of ROANOKE County of DENTON , and the State of TEXAS as principal, and SEABOARD SURETY COMPANY 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 , OWNER, fn - the penal sum of NINE HUNDRED SEVENTY THOUSAND TWO HUNDRED SIXTY Dollars 5(00970,261.25 ) 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 5 day of JULY 19 94 . BID # 1633 - RYAN ROAD PAVING AND DRAINAGE to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or aLddition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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 Surety have signed and sealed this instrument this ~ll\ day of JU~~I 19 ~ ~i^.dDYd !d ~ Title UCe i 1^~Sio! e7 SEABOARD SURETY COMPANY Sur Title ATTY-IN-FACT Address: 17767 (SEAL) Address-gm WQ`(1u~ 111 LYE 99 (SEAL) The name and address of the Resident Agent of Surety is: FRANK SIDDONS INSURANCE AUSTIN, TEXAS 78768 AAA0184D PB - 4 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That SUNKOUNT CORPORATION as Principal, and SEABOARD SURETY COMPANY a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the SUM of NINTY SEVEN THOUSAND TWENTY SIX and 13/100----- Dollars 07,026 ,z ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said SUNMOUNTCORPORATION, has this day entered into a written contract with the said City of Denton to build and construct BID # 1633 - RYAN ROAD PAVING AND which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the city may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during saicj,time. , IN WITNESS WHEREOF, the said as Contractor and Principal, has caused these presents to be executed by and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney-in-Fact LINDA COUEY and thesa~id -Attorney-in-Fact hs hereunto set his hand this day of . 11~ -q , 19 . SURETY: PRINCIPAL: SEABOARD SURETY Attorney- AAA0184D MB - 2 _Jcir~ syivvn 2~l~d✓a101671~- For verification of the authenticity of this Power of Attorney you may call, collect, 908-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power BID SUMMARY TOTAL BID PRICE IN WORDS B95E Boo - NINE N1)NDQED S/X?EfN 714OU5AnjQ NINE HuN0261) FoQTV-711REF QoLLAeS hNo SEVENTY- FIVE CENTS 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 ar- submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. CONTRACTOR BY % AW r?o, 0ey x)70 Street Address 2oe,ro.~i ; Tr 7GL6L City and State Seal & Authorization (If a Corporation) (',f/ 7J VJa-OSS L. Telephone B - 1 -Ryan Road Paving and Drainage (Base Bidl BID TABULATION SHEET WORK DAYS 80 BID NO. 1633 PO NO. ITEN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties and Understandings LS $9,000/LS $ 9,O n 3.1 Preparation of Right-of-Way LS $ /o,50o"/LS $ 6,500- 8.1 Barricades, Warning Signs, and Detours LS $9,000%LS $ 9,000 - 3.12 Temporary Erosion Control LS $2,ooo%LS $ 2,000 3.3 Unclassified Excavation 10,555 CY $ 3 oe/CY $ 3i,,(e(,$ 3.7 Compacted Fill 2,921 CY $ $ ee /CY $ 1 N, 6 o5 " 4.6-B 6" Lime Treatment of Sub grade 28,840 BY $ 80/BY S $1,'j12 4.6-A Type A Hydrated Lime Slurry 390 TN $ $$e-o/TN $ 33,150 5-7-A 4h" Asphalt Type A I 27,563 BY 'o to/Sy $ 5.7-B lh" Asphalt Type D 27,563 BY $ 2 St! /BY $ 6to 907 So 5.7-C 1" Type D Asphalt Overlay 3,629 BY $ ~1-51SY $ 6,360.ys SP-45 Curb Mill 1,289 LF $ 20 /LF $ I, s'/&. Se 5.7-D 2" Type D Asphalt Patch Material 10 TN $ 1W'*/TN $ tfp0. 4.5 6" Flex Base Material 239 SY $ /O q-'-'/SY $ 2,390.°= 7.4.5 Class A Concrete 117 Cy $ h2evcy $ /19, JAM ee SP-3 Reinforcing Steel 14,649 LB $ s0/LB S 324.ta SP-15 Adjust Water Valves 4 EA $ 150."e/EA $ (000 8.11 GF-88 Guard Rails 2,100 LF $ 17 So/LF $ U 756- 2.12.3.A 18" Class III RCP 305 LF $ 2S oo/LF $ 7 675 2.12.3.B 21" Class III RCP 250 LF $27.Soo/LF $ (0,7$0 2.12.3.C 24" Class III RCP 177 LF $311.t?/LF $ (p,~18 P - 3 Ryan Road Paving and Drainage (Base Bid) BID TABULATION SHEET WORK DAYS 80 BID NO. 1633 PO NO. ITEK DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12.3-D 27" Class III RCP 86 LF $ y3,°n/LF $ 3169? 2.12.3-E 30" Class III RCP 35 LF $ (,0.U6/LP $ ?/Do i 2.12.3-F 36" Class III RCP 172 LF $ LF $ 11JI$0 2.12.3-H 48" Class III RGS s ~L Rtb P.• 2,353 LF $ 80 /LF 10, $/SY~ y0 _ 2.12.3-I 7'X 5' Concr. Box Culvert Pre Cast 140 LF $ AWW/*/LFIO 200. $ 2 000 - 2.12.3-J 8'X 7' Concr. Box Culvert Pre Cast 140 LF $ 250.00/LF $ 3S,ODO 2.12.3-K 91X 7' Concr. Box Culvert Pre Cast 35 LF $ y00 a/LF $ /9,000- 2.12.3-L 5'X 4' Concr. Box Culvert Pre Cast 195 LF $/30,t! /LF $ 25 350 SP-44.A Remove 12" Culvert 3 EA $ °--°/EA $ 395 SP-44.B Remove 15" Culvert 3 EA $ /EA $ 3'15 SP-44.C Remove 18" Culvert 10 EA $ 90./EA $ f06 SP-44.D Remove 24" Culvert 4 EA $ 135,1°°/EA $ 590- SP-44.E Remove 30" Culvert 3 EA $ 1YS. t°/EA $ Y3S SP-44.F Remove 36" Culvert 1 EA $ 270.=/EA $ 270 - SP-44.G Remove 60" Culvert 4 EA $ 300.01 /EA $ /,200 - SP-44.H Remove 72" Culvert 1 EA $ 500.to /EA $ Soo- SP-44.1 Remove 78" Culvert 1 EA $ 550.t /EA $ 5,50- 7.6.A 61X 6' Type Y Inlet 2 EA 52,500'°/EA $ 5/000- 8.15-A Grouted Rip Rap Type A 511 CY $ (0g °!/CY $ 39,798 8.15-B Concrete Rip Rap 90 Sy S 23.°'/Sy $ 2,4-110- 3.10.3 Seeding 60,000 SY $ 0. L I'/BY $ $,1/00 b P - 4 Ryan Road Paving and Drainage (Base Bidl BID TABULATION SHEET WORK DAYS 80 BID NO. '~33 PO NO. ITEN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-10 Rock Excavation 50 CY $ 25, '~^/CY $ it 266 _ SP-37 Excavation Protection 3,335 LF $ J.'to /LF $ 3~ 335 SP-39 Project Signs 2 EA $ 5,00 S-/EA- $ 1,000 SP-46 Soil Retention Blanket 12,150 BY $ /BY $ 171150- 7.6.B 6' x 6' Junction Box & Cover 1 EA $2,500°/EA $ Z,SOo- 7.6.C 10' x 3' Special Inlet 2 EA $ 2,500°'/EA $ .61006- 2.11.5 Inlet Frame & Cover 4 EA $ Zoo. °=/EA $ 80 $ / $ Material & Labor Incorporated into Project $3&] i OO p Other $S29993.7 TOTAL $9/6 09 y3' 8.15(c) Additional Conc. Rip Rap 1,550 BY $ 23,E /6,Y $ 36,650- * Item .15 c Additional Concrete Rip Rap is being bid as an additive alternate. P - 5 Ewan Road Paving and Drainage (Alternate Bid) BID TABULATION SHEET WORK DAYS 95 BID NO. 1633 PO NO. ITEM' DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties and Understandings LS $9,000%LS $ (3,000- 3.1 Preparation of Right-of-Way LS $ (°,50o-/LS $ 60500- 8.1 Barricades, Warning signs, and Detours LS $ 9,00o-/LS $ <)J000- 3.12 Temporary Erosion Control LS $ 2,oeo%LS $ 2, 000 3.3 Unclassified Excavation 10,555 CY $ 3 q-,/Cy $ 3)J66S 3.7 Compacted Fill 2,921 CY $ 5/CY $ I 4.6-B 6" Lime Treatment of Sub rade 28,840 BY S /By S 51 J 912. 4.6-A Type A Hydrated Lime Slurry 390 TN $ 35 /TN S '33,15 0 5.7-A 4h" Asphalt Type A 27,563 BY $ GILD/SY $/7G go3z& 5.7-B lh" Asphalt Type D 27,563 SY $ 2 12 /By $ 69/967 se 5.7-C 1" Type D Asphalt Overlay 3,629 BY $ C T's/Sy $ 413505 SP-45 Curb Mill 1,289 LF $ ?°/LF $ l, 544 g= 5.7-D 2" Type D Asphalt Patch Material 10 TN $ y0°O=/TN $ x/00 4.5 6" Flex Base Material 239 BY $ /00/Sy $ 2 39 0 - 7.4.5 Class A Concrete 117 Cy $ n0, V/ Cy $ '/t1 Y0 - SP-3 Reinforcing Steel 14,649. LB $ 0 to /LB $ 7,32y sn SP-15 Adjust Water Valves 4 EA $ /so 0/EA $ (°00 8.11 GF-88 Guard Rails 983 LF $ 175&/LF $ /7,Z0Z Se 2.12.3.A 18" Class III RCP 305 LF $ 2$&-/LF $ -71429- 2.12.3.B 21" Class III RCP 250 LF S 27°0/LF $ 6,7$'0 2.12.3.C 24" Class III RCP 177 LF $ 3y $ b, 01 8 P - 6 Ryan Road Paving and Drainage (Alternate Bidl WORK DAYS 95 BID NO. 1613 PO NO. BID TABULATION SHEET i 7IT7 DESCRIPTION QUANTITY UNIT UNIT PRICE a~ TOTAL 2.12.3-D 27" Class III RCP 16 LF mmm $ y$p0/LF $ 8$ 2.12.3-E 30" Class III RCP 35 LF $ (a0 /LF $ Z~10 0 2.12.3-F 36" Class IZZ SGP fC S :lyl R: 411 LF $ G5 °=/LF $ 2(1;115 2.12.3-G 42" Class III RAP pp s ,ra,l 862; LF $ 70 /LF $ (,Q(3y0 - 2.12.3-H 48" Class III R@P 701* 2,353 LF S %D,°-/LF S~$$12yo ` 2.12.3-I 7'X 5' Concr. Box Culvert Pre Cast 140 LF $ 200°^/LF $ zg(000 ` 2.12.3-J 8'X 7' Concr. Box Culvert Pre Cast 140 LF $ 250."/LF $ 35,000'" 2.12.3-K_,_,,1 9'X 7' Concr. Box Culvert Pre Cast 35 LF $q00.-=/LF $ /y,000- 2.12.3-L 5'X 4' Concr. Box Culvert Pre Cast 195 F $ 130 U /LP $ 2 5 350 SP-44.A Remove 12" Culvert 3 EA $ 115.°/EA $ 3H5 SP-44.B Remove 15" Culvert 3 EA $ 115, t' /EA $ 3 Ys SP-44.C Remove 18" Culvert 10 EA $ 90.°-/EA $ 900 SP-44.D Remove 24" Culvert 4 EA S 13S.2-'/EA $ .5 SP-44.E Remove 30" Culvert 3 EA $ 1NS,°=/EA SP-44.F Remove 36" Culvert 1 EA $ 270= /EA $ Z70- SP-44.G Remove 60" Culvert 4 EA $ 300.4-° /EA $ 1)700- SP-44.H Remove 72" Culvert 1 EA $ 500. 4I/EA $ 5,00- SP-44.I Remove 78" Culvert 1 EA $ 550. °,/EA $ S $0 - 7.6.A 6'X 6' Type Y Inlet 2 EA $2,500,-/EA $ 1 8.15-A Grouted Rip Rap Type A 511 Cy $ (0 g.°%/CY $ 3yj7y8 8.15-B Concrete Rip Rap 90 SY $ 23,°-=/SY $ 2/010 - 3.10.3 Seeding 60,000 SY $ Q I-t/SY $ SI Y00` P - 7 Ryan Road Paving and Drainage (Alternate Bidt BID TABULATION SHEET WORK DAYS 95 BID NO. 1633 PO NO. ITEM., DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-10 Rock Excavation 50 CY $ ZS /CY S l~ 2 5 0 - SP-37 Excavation Protection 3,335 LF /LF S 3,335, SP-39 Project Signs 2 EA $$oo.O° /EA $ V00- SP-46 Soil Retention Blanket 12,150 SY $ /,oa/BY $ 12/150- 7.6.B 6' x 6' Junction Box & Cover 1 EA $ 76ou°=/EA $ z(,rpp- 7.6.C 10' x 3' Special Inlet 2 EA $ ?,S0o.T6/EA $ 5,006- 2.11.5 Inlet Frame 6 Cover 4 EA $ 200."/EA $ S00 Material 6 Labor Incorporated into Project $ ~2 S 000 Other $ 545126 z TOTAL $ 2S P - 8 BID SUMMARY RYAN ROAD PAVING AND DRAINAGE 1. Base Bid 2. Additional concrete Rip Rap 3. Alternate Bid so s 416 94.3 5 g 35,~S0- 95 S 970, z6►,zs * If the Base Bid is awarded including the Additional Concrete Rip Rap, 5 work days will be added to the contract so the total will be 85 days. If the Alternate Bid is awarded, additional concrete rip-rap will not be added. 8 - 2 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 carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorse-ments 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 AFF006RA REVISED 08102193 CI - I Insurance Requirements Page 2 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. • • 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 limit of liability. • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. • Should any of the required insurance be provided under a claims-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 claims 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 claims 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. AFP006EA CI - 2 REVISED 08/02/93 Insurance Requirements Page 3 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: [A A. General Liability Insurance: General Liability insurance with combined single limits of not less than _ I.ooo.ooo 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 coverages. • 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 (XCLI) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AFF006BA REVISED 08102/93 CI - 3 Insurance Requirements t Page 4 bd Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 1,000,000 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. [a<) Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum 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 insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. [ j 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. AFF006BA REVISED 08/02193 CI- 4 Insurance Requirements Page 5 [ I 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. [ I 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. AFF006BA REVISED 08/02193 CI - 5 FROM: SUNMOUNT CORPORATION FRxs 817-648-2203 Jul-20-94 Wed 08145 PAGES 02 Certificate of insurance ' THIS C _p'lFICATF. IS I88UFn ABA MATTER OF INFORMATION ONLYANU coNrCno NO nnoi ITO UrON YOU TI IC CCnT II'ICAT L I IOLDER. THIN CERTIFICATE 15 NOT AN INSURANCE a POLICYAND DOCC NOTAMCNO.CXMND•onALTCTITer COVFRACF AFFORDED 8V T Hl POLICIEEURIED NELOW. This is to Certify that I.... summ urr CORPOUTION I Name and LIBERTY P. 0. BOX 1770 address of RaaNOxE, 'PRSAS 76262 ~ - Insured. MUTUAL.b is. at US issue date or this Cediilloide, Insured by the Company under die policy(ies) listed below. The Insurance aeorded by the gated policy(tes) is subject to all their terms, exclusions and wndWom and b not abered by any requirement, ton or condltlon of any contract or other document with respect to which this certificate may be issued. AEXP,DATE i I I CONTINUOUS TYPE OF POLICY I EXTENDED POLICY NUMBER LIMIT OF LIABILITY WORKERS ° COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY COMPENSATION 5/30/95 WC2-611-004030-094' LAW OF THE FOLLOWING STATES: 'Bodily injuryByAccident GENERAL LABILITY 5/30/95 i% OCCURRENCE CLAIMS MADE IRETROr DATE...--... i i i i AUTOMOBILE LIABILITY ~C OWNED 5/30/95 :X NON-OWNED LX HIRED AIJ. STATES EXCE i WC1-611-004030-084' $500,0 00 Each ' _ Badly Injury By D'Sease - $500,000 Policy Limit . I . Bpdiy Injury By Diraase ' $500,000 Each ~ Person _ ' I General Aggregato - Other than Producisrompleted Operation i aW m Ref-611-004030-104' aroodduc CCo PNted Operations Aggregate $2,000,000 . ecddy Injury and Property Damage Liability Per $2 000 000 Occuire e Pergpriel am l AdveRlsing Injury Per PemaV I Organ¢Nion Other Other :AS2-611-004030-114 Each Accident - Single Limit $2 000,.000 - B.1.and P•D.Combried Each Accident a Occurrence Each Axjdertt or Occurrence .COMMENTS COVERS ALL WORK PERFORMED BY THE NAMED INSURED IN THE CONTINENTAL UNITED STATES i Ryan Road Drainage and Paving Bid No. 1633 - City of Denton ADDITIONAL INSURED: CITY OF DENTON 9f the certificate, a nation date roc Continuous or extended term, you will be Inotilled H coverage is terminated or reduced before the certificate expiration date. I towever, you Will not bC notiffod of ft continuation of Coverage. SPECIAL NOTICE-OHIO: ANY PERSON WHO. WITH INTENT TO DEFRAUD OR KNOWING THAT HE 13 FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE liberty Mulust STATEMENT 19 GUILTY OF INSURANCE FRAUD. Iaeuram:e Group NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS 16 ENTERED BELOW.) BEFORE THE STATED PxPtRATION DATE THE COMPANY WILL NOT CANCFi OR REDUCE THE INBUMNOE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: City of Dentona HOLDER 901-B Texas Street AIITMORI2ED REPRESENTATIVE Denton, TX 76201 07-19-94 WALLINGBORD, CT DATE ISSUED -_.._......OF ICE-...-.- - Thin celleluM Isom ruled by UaCnrY MUTUAL INGUCANCC OnOVP 00 M,Pnmf mien h2amnac as banordod by Thooo Companion JUL 20 '94 07:49 917 648 2203 PRGF.002 0e, 2'r2L NOV 9 '94 10:23 FROM COD 617 363 7302 TO 919044384676 PAGE.005i011 THE STATE OF TEXAS COUNTY OF DENTON MAINTENANCE BOND 5 5 KNOW ALL MEN BY THESE PRESENTS: That SUNCOAST 3111210 0SThL International, Inc. as Principal, and Washington International Insurance Compai a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a municipal corporation of the state of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of NIBS TmuSAND STx aulDam SEVENTr FOUR and 19/100---- Dollars ($9.674.19 ten (10%) -percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said SUNCOAST ENVIRONMENTAL International, Inc. has this day entered into a written contract with the said City of Denton to build and construct BID $ 1654-000M CREEK HUMOLE REHABILITATION PHASE II which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 NOV 9 '94 10:23 FROM COD 817 363 7302 TO 919044384678 PAGE.006i011 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Suncoast Environmental International, Inc. as Contractor and Principal, has caused these presents to be executed by and the said Washington International Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Lewis Donald Rushing and the said Attorney-in-Fact has hereunto set his hand this 9th day of November 1994 SURETY: Washington International Insurance Comp y Lewis Donald Rushing Attorney-in-Fact PRINCIPAL: --oast Environmental International, Inc. Ole-& oA~ Countersigned: Tracy D. u ker Tucker Agency, Inc. Ft. Worth, TX AAA0184D MB - 2 General WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois, does hereby constitute and appoint * GILBERT OSWALT BENNETT, ROBERT HARRIS DIXON, ROBERT CORLEY MCLENDON, ALAN DOUGLAS MOORE AND LEWIS DONALD RUSHING * its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President at its principal office. This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The President may designate Attorneys- in- Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys- in- Fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any time, any such Attorney- in- Fact or Special Attorney- in- Fact and revoke the authority given him." 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the company. IN TESTIMONY NHE ,,4~MdDBfi on International Insurance Company has caused this instrument to be signed and its corporate seal JL•1~y7g•.i9e4~• 0o authorized officer, As 9th day of August, 1993. ®t CORPORATE.: ZOO WASH RNATI INSURANCE COMPANY °s* SEAL ;m B o ~ r • Steve . ndarson, Vice President ARIZONA ;'moo P STATE OF ILLA~Cy_(y"~~`o•~aZl~'s ~~~111~", U S ~ COUNTY OF COOK )~0®®6 On this 9th day of August, 1993, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; IN TESTIMONY WHEREOF, I have heer&(aPtet my hand and affixed my Official Seal, the day and year first above. written. "OFFICIAL SEAL" S CHRISTINE ZARETSKY Notary Kills, stake of Illinois Stine 2aretsl N tary Pu is MY commi11011 Exp rat 10-1-96 my I Commission Ex fires October , 1996 CERTIFICATE STATE OF ILLINOIS ) COUNTY OF COOK ) I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA 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 III, Section 5 of the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are n w in force. Signed and sealed in the County of Cook. Dated t 9th y,of N Y, 19 94. Lewis M. Moeller, Secretary F;40M : WES POLSTON INS AGCY NAM( AND ADORISS OF AOrNCY WES POLSTON INSURANCE AGENCY P.O. BOX' 594 GRACEVILLE, FL 32440 PHONE NO. : 904 263 4484 Oct. 19 1994 05:55PM P01 ' ANU AUUNI LL OI INNUNI 11 SUNCOAST ENVIRONMENTAL INTERNATIONAL, INC 907 ORANGE HILL RD. CHIPLEY, FL 32428 COMPANIES AFFORDING COVERAGES COMPANY A BANKERS A SHIPPERS INSURANCE CO. LETTEII COMPANY 13 BURLINGTON INSURANCE COMPANY LnuR COMPANY C USFAG INSURANCE COMPANY LJT,tIe CnWPANY D-^ J~^ u1nN C clomPA Y E nyrr, Tlils is to 1 a corlltyy the! WW~1~ILi! of Insurance listed bellow- MYabn leavld to'1M insured MmOtl abOVe eP ere In force a this Time. otw hnen Ingeg eny'rovvu~roment, ter-fir the Idsumnes afforded by the polltka dexrlbell inoln is Subject to Al the ect to which this certificate may be [saved or ma ertain nh d of at or document with res ny to 0 terms, eX y p , p 7 duslons and conditions of such policies, - - COMPANY POLICY Limits 9 a TTFOUNO f 00u) IITTrR TYPE Of INAUxANCr Pal try NUMITER rxrmATmN DAn 1 CH txx:unfn ncL AGORrOur GENERAL LIABILITY bDUn.V IN.IIIRV { f 11~~11 P-oMpm.IDLNeuvE future B ®PHIMINis OPIRAIIONS B-1646400237 q r! 03-04-95 PROPERTY DAMAGE f f ❑ EXPLOSION AND COEJAPST IINARD - ❑ UND(.RRROUND IIAEARU B ~MRIbIIICIRT,( PIrTED FRA)N)NN9 IIA[AGD 0 11 IS 11 LT IS IN RY AND B 0 . ryry77 Lp CNINACIOAl INSURANrr R to n w n n POOR Y JU PROPtILTYnAMAOr f 1000, It 1000, B ® DROAD ronA PIIOPiIt,Y e If IN 11 N R COMBINED DAMAGE INDIPINDrm colnm:tom ❑ l l~Il l-J PIRSONAL INAmV Pr ReONM IN ,RIRY t AUTOMOBILE LIABILITY BODILY INJURY f (taCHPmson) COMPREHENSIVE IOHM 90pILYIN URY f A OWNED CFL-0380154-0 06-08-95 LEACH ACCT NTI AIRED PROPEmYbAMAGE y ' NON~DwN[D ROJDRYANO rpOPERTrtmYDAMaa[ CAn f , - EXCE S LI L TY BODILY INJURY AND ❑ UMBRELLA rortM f t nne HANUMOR I A ❑ PROPEmTDAMAOr T C L o COMBINED ronM WORKERS' COMPENSATION STATUTORY C and 7907724945 08~11~95 ' f 100 EMPLOVERS LIABILITY , nACxnrcnn SEWER SYSTEMMANHOLE RE-CONDITIONING AND INSTALLATION, WITH LINER MFG. Cancellationt Should any of the above descjbhod policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail T days written notice to the below named certificate, holder. but failure to mail such notice shall Impose no obligation or liability of any kind upon the company. AS CERTIFICATE HOLDER AND ADDITIONAL INSURED t0-19-94 nnret ANOAtmlltasar c[mn¢Att uoLOCn: CITY OF DENTON, ITIS OFFICERS, AGENTS, DATE Balrco._ EMPLOYEES, AND VOLUNTEERS 901-A TEXAS ST_ 10 A DENTON, TX 76201 NORI[CD REPRESENTATIVE Texas Department of Transportation Pomt D-15-129 Rev. 9/91 Agreement to Contribute Funds (City Form) THE STATE OF TEXAS ) Contract No. County Denton COUNTY OF TRAVIS } Federal Project No. CS7 No. DI ~j 5-1o- 0 3q ROW Account No. soi R -I~n l This Agreement by and between the State of Texas, acting by and through the Texas Department of Transportation, hereinafter called the State, and The City of Denton H Texas, acting by and through its duly authorized official under Ordinance dated the I day of AP 19 ly , hereinafter called the City, shall be effective on the date of approval and execution by and on behalf of the State. WHEREAS, the State has previously requested the City to enter into a contractual agreement and acquire right of way for a highway project on Highway No. U.S. 380 with the following oroiect limits: From: To: City of Denton) WHEREAS, the City has now requested that the State assume responsibility for acquisition of all necessary right of way for said highway project; and WHEREAS, the City desires to voluntarily contribute to the State funds equal to ten (10) per- cent of the cost of the said right of way for the proper development and construction of the State Highway System; NOW, THEREFORE, in consideration of the foregoing premises and the mutual benefits to be derived therefrom, the City shall contribute to the State an amount equal to ten (10) percent of the cost of the right of way to be acquired by the State and shall transmit to the State with the return of this agreement, duly executed by the City, a warrant or check payable to the Texas Department of Transportation in th° -mrn,nt of Seventy Four Thousand. Five Hundred and n1n/1 Dg)ollars 74, 500.00------- imated cost of the right of way, However, if it is fount ity's obligation, then the City, upon request of the St /C - 0 - (~J i such amount as is requested by the State. Upon cc _ gent the total amount as paid by the City is more than of way, any excess amount will be returned to the acquired by the State shall mean the total value o not limited to utility owners, for their property inter amain proceedings. CITY OF DENTON By: -,4 ME A TEST: l (5;'7 ?RECOMMENDED: istrict Enginee STATE OF TEXAS g executed for the purpose and effect of r carrying out the orders, established programs heretofore approved and to Texas Transpo ation Commission under the an of Minute TA 513 By. or of /RightG ay Date: 5 - 6 - ! CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 20 day of SEPTEMBER A.D., 1994 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do; hereinafter termed "OWNER," and SUNCOAST ENVIRONMENTAL 907 ORANGE HILL RD. CHIPLEY, FLORIDA 32428 of the City of CHIPLEY , County of WASHINGTON and State of FLORIDA , 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1654 - COOPER CREEK MANHOLE-REHABILITATION PHASE II in the amount of 96.741.90. 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 attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA - 1 • all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON WATER ENGINEERING STAFF all of which are 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 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. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: 15~J ATTEST: IV Z.6 I SUNCOAST CONT ~ AlIled, MAIL G ESS 9a ~/-~~8- ~✓~SS PHONE NUMBER 2D 1103R FAX NUMBER BY IV/ C pt"' ~ -,70P /TITLE, `I,~lruh M Ron IS -PE PRINTED NAME APPROVED AS TO FORM: (SEAL) az& '~LA crz City Attorney AAA0184D Rev. 07/28/94 CA - 3 NOU 9 '94 10:22 FROM COD 817 383 7302 TO 919044384678 PAGE.001i011 PERFORMANCE BOND STATE OF TEXAS COUNTY OF 4\\ KNOW ALL MEN BY THESE PRESENTS: That c eT ENlgo"Mi1L International, Inc. of the City of CHIPLEY County of WASEINGPON / , and State of FLORIDA as PRINCIPAL, and Washington International Insurance Company as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of NIFTY six THOIISAND SEVEN HoNDitm poi= ONE and 90/100-- - Dollars 96,741.90 ) 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 --.LO_ day of SEPTEmmm 19 94, for the construction of BID # 1654 - COOPER CREEK MANHOLE REHABILITATIOH PHASE II which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 NOU 9 '94 10:22 FROM COD 617 363 7302 TO 91904438467E PAGE.002i011 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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 Surety have signed and sealed this instrument this 9th day of November 19 94 ' st Environmental International, Inc Principal Title refl2~~vE Address: 907 Orange Hill Rd. Chipley, FL 21318 (SEAL) Washington International Insurance r~M Surety '-'-]~ewis o1~naTd~~s i 9 Title Attorney-in-Fact Address: 1930 Thoreau Dr., Suite 101 Schaumburg, IL 60173 (SEAL) name and /4ddress of the Resident Agent of Surety is: Tracy D.(Tucker Tnrkpr Agpnrr~7, Tno_ Ft. Worth, TX NOTE: Date of Bond must not be prior to date of Contract. AM0184D PB-2 NOV 9 '94 10:23 FROM COD 817 383 7302 TO 91904430467E PRGE.003i011 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That SUNCOAST ENPIR NNEN!AL International, Inc. of the City of CHIPLEr County of masgpw`M , and the State of Frogc+, as principal, and Washington International Insurance Company 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 , OWNER, in the penal sum of 90/100 uTNW STx isms n swvg mmm~rm Forrrr oxa aura Dollars 96.741.9o ) 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 20 day of sEPTBIazR 19 94 . BID # 1654-COOPER CRBEg 120OUOLE REHABILITATION PEASE II to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the.provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 NOU 9 '94 10:23 FROM COD 817 383 7302 TO 919044384678 PAGE.004i011 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 any way 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 Surety have signed and sealed this instrument this 9th day of November 19 94 Suncoast Environmental International, Inc. Principal .C J By ~YWi d~f Title Address: 907 Orange Hill Rd. Chipley, FL 21318 (SEAL) name and address of (SERI.) Resident Agent of Surety is: Tracy D. TfCKer Tucker Agency, Inc. Ft. Worth, TX AAA0184D PB - 4 Washington International Insurance Compan Surety Lewis Donald Rushing Title Attorney-in-Fact. Address: 1930 Thoreau Dr., suite 101 Schaumburg, IL 60173 General WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois, does hereby constitute and appoint * GILBERT OSWALT BENNETT, ROBERT HARRIS DIXON, ROBERT CORLEY MCLENDON, ALAN DOUGLAS MOORE AND LEWIS DONALD RUSHING * its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President at its principal office. This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The President may designate Attorneys- in- Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys- in- Fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any time, any such Attorney- in- Fact or Special Attorney- in- Fact and revoke the authority given him." 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the company. IN TESTIMONY wHE ~~qq~~IMNelli6i ones International Insurance Company has caused this instrument to be signed and its corporate seal•y'a~g•••• 6oauthorized officer, As 9th day of August, 1993. • ow • • WASH 10 RNATI INSURANCE ANY o ® CORPORATE : z o. eoe SEAL •'rm ARIZONA a0 i Steve P. Anderson, Vice President / •'b„•e'~ V o STATE OF ILLIN S~_(y!s ~~•avs COUNTY OF COOK II~a~'~'a^)`iii''®~p On this 9th day of August, 1993, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; IN TESTIMONY WHEREOF, I have hereVq, ofet my hand and affixed my Official Seal, the day and year first above. written. . "OFFICIAL SEAL" S "TINE ZARETSKY Notary Pu'alit. Stele of Illinois istine 2aretsl ,Notary Pu is My Comm]tso6 E%pirat 10•~ 96 1 M Commission Ex fires October , 1996 C11`1 CERTIFICATE STATE OF ILLINOIS ) COUNTY OF COOK ) I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA 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 111, Section 5 of the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are /nyw in force. ''v6/,/~~y]/ypo- Signed and sealed in the County of Cook. Dated tt>=gf-h gqofr 19 4 Lewis M. Moeller, Secretary 1 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 5 day of JOLY A.D., 19 94 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and HP ENVIRO VISION 460 S. BELTLINE, .#430 TEXAS 75060 of the City of IRVING , County of DALLAS 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1634 - ASBESTOS ABATEMENT ELECTRIC PRODUCTION PLANT in the amount of $19,998.00. and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all. attached hereto, and in accordance with the plans, which includes CA - 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, ar;d the Specifications therefore, as prepared by THE CITY OF DENTON ELECTRIC PRODUCTION DEPARTMENT all of which are 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, workerfs 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 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. CA - 2 ti IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day,,first above written. ATTEST: e2 " 417 (SEAL) ATTEST H.P. ENVIRO VISION INC. CONT e (SEAL) APPROVED AS TO FORM: City Attorney AAA0184D CA - 3 4P 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 carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorse-ments 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 „ouilities 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 AFF006BA REVISED 08/02/97 °v Insurance Requirements Page 2 4 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. • • 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 limit of liability. • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. • Should any of the required insurance be provided under a claims-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 claims 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 claims 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. AFF006BA REVISED 08102/93 Insurance Requirements Page 3 4 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: []d A. General Liability Insurance: General Liability insurance with combined single limits of not less than _ Sl,ooo,omshall 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 -cess 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 coverages. • 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 (XCLI) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AFF006BA REVISED 08102/93 Insurance Requirements Page 4 W Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1,000,000 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. Ld Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum 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 insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. [ j 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. AFF00611A REVISED 08102/93 Insurance Requirements Page 5 [ I 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. [ I 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. [ I 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. GENERAL LIABILITY MAY NOT EXCLUDE ASBESTOS COVERAGE, OR A SEPARATE POLICY FOR ASBESTOS LIABILITY MOST BE ATTAINTED. AFF006RA REVISED 08/02193 BID NUMBER 1634 ADDENDUM BID PROPOSALS City of Denton, Texas 901•B Texas St. Purchasing Department Denton, Texas 76201 Page 2 of 2 ITEM DESCRIPTION OUAN. PRICE AMOUNT 1. SUPERVISOR (TIME AND MATERIALS) PER MAN HOUR (10 HR DAYS).. 200 HR $ 35.00 $ 7,000. PER HOUR 1A. SUPERVISOR (TIME AND MATERIALS)(OVER 10 HOURS A DAY)....... 20 HR $ 40.00 $ 800.0 PER HOUR 2. ABATEMENT TECHNICIAN (TIME AND MATERIALS) PER MAN HOUR 600 HR $ 30.00 $ 18,000 (10 HOURS A DAY) PER HOUR 2A. ABATEMENT TECHNICIAN (TIME AND MATERIALS) (OVER 10 HOURS A 20 HR $ 36.00 $ 720.0 DAY) PER HOUR 3. ABATEMENT TECHNICIAN (CAPABLE OF CUTTING AND WELDING 1/4^ 200 HR $ 35.00 $ 7,000. METAL SHEETING (TIME AND MATERIALS) PER MAN HOUR (10 HOURS PER HOUR A DAY) 3A. ABATEMENT TECHNICIAN (TIME AND MATERIALS)(CAPABLE OF 20 HR $ 45.00 $ 900.0 CUTTING AND WELDING) (OVER 10 HOURS A DAY) PER HOUR 4. MOBILIZATION; PER OCCURRENCE 20 EA $ 150 EA $ 3,000. 5. DISPOSAL, PER CUBIC YARD 80 CY $ 26 CY $ 2.080. 6. AIR MONITORING TECHNICIAN (TIME AND MATERIALS 13 TEST PER 200 HR $ 35.00 $ 7.000. DAY) (10 HOURS A DAY) PER HOUR 6A. AIR MONITORING TECHNICIAN (TIME AND MATERIALS) (OVER 10 20 HR $ 40,00 $ 800,0 HOURS A DAY) PER HOUR 7. BULK SAMPLES ANALYSIS, PER EACH 100 EA $ 15.00 $ 1,500. PER HOUR 8. SCAFFOLDING, PER TIER, PER OCCURRENCE 1 EA $ 50 EA $ 50.00 9. CONTRACTOR SUPPLY CUTTING TORCH (APPLING TO 3 and 3A) 1 EA $ 100 EA $ 100.00 PER OCCURRENCE TOTALS 48,950.0 We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in ONE days from receipt of order. Terms net/30 unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a reasonable period of time constitues a contract. The completed Bid Proposal must be properly priced, signed and returned. 460 S. Beltline, (1422 Mailing Address Irving, Texas 75060 City State Zip (214) 399-0068 Te4nhn- HP iroVis on I Bidder Signature Thomas Palet, President Till, Wausau Insurance Companies WAUSAU Certificate of Insurance NATIONWIDEeINSURANCE GROUP This is to certify that the insurance policies (described below by u policy .umber) written on forms in use by the company have been issued. This certificate is not o policy or a binder of insurance and does not in any way alter, emend or extend the coverage afforded by any policy referred to herein. - Name and Mailing Address of Insured HP ENVIROVISION INC Producer No.: 0907/1 460 S BELTLINE RD # 430 Issuing Office: Dallas IRVING TX 75060 Issuing Date: 8-8-94 Region: DAL Type of Insurance CO. Policy Number Policy Effective Policy Expiraltov NO. Data (MO/DA/YR) Data (MO/DA/YR) Workers Compensation a • 2 1614-00-604957 11-6-93 11-6-94 Liability Limits 1. Thousands (000 omitted) Commercial General General Aggregate $ Liability Products & Comp./Ops. Aggregate $ Commercial Package or Personal & Advertising Injury $ Trademark (Section D only) Each Occurrence $ ❑ Claims made ❑ Occurrence Fire Damage (Any One Fire) $ Produce - Completed Operations: ❑ Included ❑ Excluded Medical Expense (Any One Person) $ Owners & Commetera Aggregate $ Protective Each Occurrence $ Auto Liability Single Limit - Each Accident $ ❑ All Owned Autos Bodily Injury Each Person $ ❑ Specified Autos Only Each Accident $ ❑ Hired A.W. ❑ Nanowned Aums Property Damage Each Accident $ Umbrella General Aggregate $ liability Products/Comp. Ops. Aggregate $ BI & PD Poch Occurrence $ Personal & Advertising Each Person $ Retentic. $ TEXAS SPCL PROV $1,000,000 each $1,000,000 disease - policy emit cc/$1,000,000 disease-each emplv`yld-e oPecra, rrovwomv,aarwmrapersnrw Arm. 1NTHL rUL1U1 011b:l(1fs Cd1 1J t:E11gt.GL1SU VubLIAU 11J latul BENT TREE INS AGENCY BY THE COMPANY, THE COMPANY WILL MAIL 30 DAYS NOTICE 15851 DALLAS PKY # 865 OF CANCELLATION BEFORE THE EFFECTIVE DATE OF SUCH DALLAS TX 75248 CANCELLATION TO THE PARTY ISSUED THE CERTIFICATE OR SUCH OTHER PERIOD AS AUTHORIZED BY LAW. Irbcludep Waiu r of_Suhiogatinn Notwithstanding any requirement, term or condition of my contract or other document with respect to which this certificate may be issued or may pertain. the insurance afforded by the policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (policies) during the term(s) thereof. a The entry of a number in this column means that the coverage *Issuing Company No.: 02 EMPLOYERS INSURANCE OF WAUSAU A Mutual Company is afforded by the company designated by the same number. 03 WAUSAU UNDERWRITERS INSURANCE COMPANY Issued to: 15 WAUSAU BUSINESS INSURANCE COMPANY 07 WAUSAU GENERAL INSURANCE COMPANY 01 WAUSAU LLOYDS TOM SHAW PURCHASING ( ) CITY OF DENTON 901-B TEXAS ST DENTON TX 76201 (S) 90-324 04-93 Signed \ IC,. F '1 edcow Authorized Company Representative ~ 08/18/94 10:04 $214 255 9117 JAY LOWE ST.FARM CERTIFICATEOF INSURANCE ❑ Dual Limits far. F=h 0009=00 S Aggregate S i,IlsTStocsrtltytttat STATE FARM FIRE.ANDCASUALTYCOMPANY,Bloomington, Illinois . STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois has in force for Lnvirovisiont Tuc• . Nenieof aev~ynema 460 S. Beitline. Road #422 _ AtlaRSSal P01&phdder Irving, Tx 75060-2194 focetion, of operationA- the following coverages forthe periods and limits indicated Wow- POLICY NUMBER TYPE OFINSURANCE POLICY PERIOD LIMITS OF LIABILITY I (effjeV4 11 ❑ ownPrenansive General Liability ❑ Manufacturers' and COntratiors' Liability Owesrs'.Larl4oPoS'and 'fenants' Uablity inauranmeinafudes If Indicated by QQ) Q PRODUCTS-COMPLETED OPERATIONS ❑ OWNERWOR CONTRACTORS' PROTECTIVE LIABILITY ❑ CONTRACTUALUASILJTY Liability G31. OM B27 43 BODILYINJURY PROPERTYDAMAC-E Each Ooau renoe S Aggregate $ Wodaneres(Workms Cortr I II .peaeabdo-COVa2geA CoverageA sTATDTORY ❑ f:mplayer'sllnbility CoverageB $ . -Coveta9e8 .Aggregate notapplieable ifOwners'.Landlords'and Tenants'Llabllty Inaulaltee ezeludtwshintural alterations, neweonstrr lion crdemalfdan.. THECEATIFICATEOF INSURANCEIS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATNELY AMENDS, EXTENDS OR ALTERSTHE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Bo=y 1BdURY ~TPiLTar 10000 000/1,000,000 PROPMTY DAPFAGE - I000,000 Coverage includes hired and non-owned coverage coverage includes a 30 dap natice for cancellation or non--reffilL J iL YE City of Denton added as additional named insured r 1AiE FARM AGEiiI NAMEAND ADDRESS OFPARTYTO WHOM 34Jt W. AMPOR 1-f O I- #2410 CGFMfgCATEISISSUM IRVING, TEXAS 75062 (214) 26HI il/wafnir Cite Qi Renton r attn: Tom Shav 9a1 B mesas Street 1.. Bentai; Ta'.76201.: r.51 AUG 18 '94 10:15 I.. ~ Sigma of Title Each ocxwtence S Aggregate' $ ❑ CambinedSingle Until. l0r- U002 SODILYINJURY PROPERTY DAMAGE SODILYINJURYAND PROPERTYDAMAGE EachOeaurrertce S_ Aggregate 3 _ CONTRACTUAL LIABILITY LIMTIS Of dlfferard thanabavei Each Occurrence 5. 214 255 3117 PAGF.002~ 1 4f- 1 1 y d T4 I 'ltt 1 JryFnY a':~~ia~ CERTIFICATE''OF WSIf~ f. 1f C S J ><~K ANCEif ' DATE(MMDDYY) i 7-13-94 I' +T PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BENTWOOD SURPLUS LINES AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 15851 DALLAS PKWY 11865 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TEXAS 75248 COMPANIES AFFORDING COVERAGE COMPANY BENT TREE INS. AGENCY 214 991-2145 A CREDIT GENERAL INSURANCE COMPANY INSURED COMPANY H.P. ENVIROVISION, INC. B 460 S. BELTLINE RD. 11422 COMPANY IRVING, TEXAS 75060 C COMPANY D LCOVERAGES, rr *3jj ~ -I ~ ^ tr L w e`. ~;ty7A ,r ri' ; La s e _ _ _ _ r , sics..~,.:;c ir THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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 BY 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. DO LTR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATION ' LIMITS DATE (MWDDNY) DATE (MMIDDA Y) GE NERAL LIABILITY GENERAL AGGREGATE $ A X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO $ CLAIMS MADE OCCUR AAB194-329-02 7-15-94 7-15-95 PERSONAL B ADV INJURY $ OWNER'S ACONT PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ 50 000 , MED EXP (Any one person) $ 5,000 AU TOMOBILE LIABILITY COMBINED SINGLE LIMIT E ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULEDAUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GA RAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT $ THE PROPRIETOR/ INCL DISEASE POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE EXCL DISEASE - EACH EMPLOYEE $ OTHER CITY OF DENT O ITS OFFICIALS AGEN N S EMPLOYE S AND VOLUN TEERS ARE ADDED , , , AS ADDITIONAL INSURED, BUT ONLY AS R ESPECTS TO WORK PERFO D BY THE INSURED. FORM #CG02051 185, TEXAS CHANGES-AME MENT OF C CELLATION PROVISIONS OR COVERAGE CHAN DESCRIP 1ON OF OPERATIONSILOCATIONSNEHICLESSPECIAL ITEMS 15 ATT= . POLICY COVERAGE IS PRIMARY SUBJECT TO TERMS AND CONDITIONS OF FORM#CG00011188, SECTION IV (4) CERTIFICATE HOLDER CANCELLATION CITY OF DENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 901-B TEXAS STREET EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DENTON, TEXAS 76201 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ATTN: PURCHASING DEPARTMENT OF ANY K UPON THE PAN S AGENTS OR R ESENTATIVES. AUTHORIZED R RESENTATIVE ACORD 25S (3/93) o ACORD CORPORATION 1993 POLICY NUMBER: AAB194-329-02 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES-AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: CITY OF DENTON 2. Address: 901-B TEXAS STREET, DENTON. TEXAS 76201 3. Number of days advance notice: THIRTY (30) CG 02 05 11 85 Copyright, Insurance Services Office, Inc., 1984 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this JULY THE CITY OF DENTON 5 A.D., 19 94 , by and between day of of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and DICKERSON CONSTRUCTION INC. P.O.,BOX CELINA, TEXAS 75009 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1632 - UPGRADE WATERLINE in the amount of $ 933,439.75 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 attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA - 1 f all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT all of which are 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 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. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST: (SEAL) ATTEST: DICKERSON CONSTRUCTION CONTRACTOR By Z~~ PeF~ Title (SEAL) AAA0184D CA - 3 I 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 1 (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 § COUNTY OF DENTON § BOND NO. 200507 KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. , of the City of CELINA County of COLLIN , and State of TEXAS as PRINCIPAL, and HARTFORD CASUALTY INSURANCE COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of NINE HUNDRED THIRTY THREE THOUSAND FOUR HUNDRED THIRTY NINE and 75/100----- Dollars 933,439.75 ) 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 9i day of JDrs , 194_, for the construction of HID #1632 - UPGRADE WATERLINE in the amount of $933.439.75 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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 Surety have signed and sealed this instrument this 5TH day of JULY 19 94 . DIMMSON CONSTRUCTION COMPANY, INC. Principal HARTFORD CASUALTY INSURANCE COMPANY Surety By /u. LEWIS D N Title PRESIDENT Address: P.O. BOX 181 CELINA, TEXAS 75009 (SEAL) Title ATTORNEY-IN-FACT Address: P':O. BOX 4611 HOUSTON, TEXAS 77210 (SEAL) The name and address of the Resident Agent of Surety is: _.SEY 6 ASSOCIATES SURETY/INSURANCE AGENCY, INC. 8810 WILL CLAYTON PKWY., STE. C, HUMBLE,TEXAS 77338 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D PB - 2 BOND NO. 200507 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. of the City of CELINA County of rnl.I.rN and the State of TEXAS , as principal, and HARTFORD CASUALTY INSURANCE COMPANY 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 , OWNER,, in the penal sum of NINE HUNDRED THIRTY THREE THOUSAND FOUR HUNDRED BTY plars ZT~ 92714097 ) 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 S day of JUIX 19 BID # 1632 - UPGRADE WATERLINES in the amount of $933,439.75 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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 Surety have signed and sealed this instrument this 5TH day of JULY 19 94 . DICKERSON CONSTRUCTION COMPANY, INC. Principal By LEWIS ICKERSON Title PRESIDENT Address: P.O. BOX 181 CELINA. TEXAS 75009 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: ELSEY 6 ASSOCIATES SURETY/INSURANCE AGENCY, INC. 8810 WILL CLAYTON PKWY., STE. C, HUMBLE, TEXAS 77338 HARTFORD CASUALTY INSURANCE COMPANY Surety e~krux "t- may, EDWARD L. MOORE Title ATTORNEY-IN-FACT Address: P.O. BOX 4611 HOUSTON, TEXAS 77210 AAA0184D PB - 4 BOND NO. 200507 THE STATE OF TEXAS COUNTY OF DENTON MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. as Principal, and HARTFORD CASUALTY INSURANCE COMPANY a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the SUM Of NINTY THREE THOUSAND THREE HUNDRED FORTY THREE and 98/100 Dollars 93.343.98 ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DICKERSON CONSTRUCTION COMPANY, INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1632 - UPGRADE WATERLINES which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said DICKERSON CONSTRUCTION COMPANY, INC. as Contractor and Principal, has caused these presents to be executed by LEWIS DICKERSON, PRESIDENT and the said HARTFORD CASUALTY INSURANCE COMPANY as surety, has Attorney-in-Fact caused these presents to be executed by its EDWARD L. MOORE and the said Attorney-in-Fact has hereunto set his hand this 5TH day of JULY , 19 94 SURETY: HARTFORD CASUALTY INSURANCE COMPANY BY:_TiG~ 06- EDWARD L. MOORE Attorney-in-Fact PRINCIPAL: DICKERSON CONSTRUCTION COMPANY, INC: BY: O LEWIS DICKERSON PRESIDENT AAA0184D MB - 2 HARTFORD CASUALTY INSURANCE COMPANY EXECUTIVE OFFICE Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD CASUALTY INSURANCE COMPANY, a corporation duly organized under the laws of the State of Indiana, and having Its Executive Office in the City of Hartford. County of Hartford, State of Connecticut, does hereby make, constitute and appoint RONALD E. ELSEY, BRUCE C. DeHART, EDWARD L. MOORE, REGINA M. CARTER and ROSALYN D. HASSELL of HUMBLE, TEXAS Its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity K 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 the THE HARTFORD CASUALTY INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD CASUALTY INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that Its said Attorney(s)-in-Feet may do in Pursuance hereof. This power of attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the HARTFORD CASUALTY INSURANCE COMPANY at a meeting duly called and held on the 15th day of June, 1988. RESOLVED, dal fre president or any vice-president acting win any Secretary or AeMaat Secretary, "I have power and auownry m appoint for wrposee tidy of smaNng anal cheating bonds and undo bildi and Other amongst obligatory in the nacre memol, we or mom Resident wn8,eedente, Rpdmt NWtant Secretanp am Atimmys4n-Fad and at any time to narrow, any soon Roasters Vice-Pmatlent Resident Assistant Seems". Or Avornev4rFFact, and evde he power ant authority given to him. Alm e&wFad shag have power and wdwdty. sublime to me ems and Ilmit i Of the Power of monthly t W m them, m execum and deliver anbelmr of the Comparyanal m etlech the a of me c mpany tmM any and al bonds end undenaMng% aM amsr wdtings oN tqy in ms nemre dmaol, ant any such hsbunent executed bbyy any s Atloma/- Fad "l be m Nndng upon tits Compom m if agned by en Ex~seullve OMOer end sealed and attested by ad Oder of such 9giasIs. RESOLVED, that. Roost IL H. Saner, Assisant Vla-Prseden . mall have, as bang as M home such office. me gems powsre as any `rid-Priakent pummd m me preceding Resolution. RESOLVED, artlat whneas the president or cry vice-President acting akin any Secratw or Anatant Saaelary, him the pdror ad authority m appoint for only of a rmm Rseda VIWPru dwft Assistant aaaakfg ar~tl Ana~me shhei FS and untluleltlnpR ant amid wdtlrgs obligatory In me name aaraol. RESOLVED, mat, Robert N. H. goner. Assumed vice-President may, as long as M Inks such arid, aft his slgdNre by fecslmea pumdm b ant wkb me same edict as that War led b Vna•Pmskane under tla preceding Resolution. In Witness Whereof, the HARTFORD CASUALTY 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 1 at day of August, 1990. HARTFORD CASUALTY INSURANCE COMPANY About: -•I/ d! Ridge A. . He Hermen90n, i$ : g&.A• ray Robert N. H. Senor STATE OF CONNECTICUT j Aeaimanr Vice Pea/denf a+. COUNTY OF HARTFORD 1s - On this Istday of August, A.D. 1990, before me personally came Robert N. H. Saner, to me known, who being by me duty sworn, dial depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vlcs- President of the HARTFORD CASUALTY INSURANCE COMPANY, the corporation described in and which executed the 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. STATE OF CONNECTICUT as. Jaa womtak COUNTY OF HARTFORD o l public es My Commutation on on Expires March 31,199a CERTIFICATE I, the undersigned, Assistant Secretary of the HARTFORD CASUALTY INSURANCE COMPANY, an Indiana Corporation, DO HEREBY CERTIFY that the foregoing anti attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of the Boer:i of Directors, set forth in the Power of Attorney, ere now in force. Signed and sealed at the City of Hartford.. Dated ft 5TH day of JULY 19 94 ,'...tt lebjq DeWtl t Johnson ivb,.•' AmieteM Secretary :.:yµ ' vwaa;: Farm s-asw-e (HC) Pdnletl in U.S.A. - BID SUMMARY TOTAL BID PRICE IN WORDS WU 6 µ v,IA-1 1`O J ..J NJ KF t ! N N I St V c.~. Y u L ce -A ] 933 4 -k 9.'+,. 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 pikes 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. 1C6o R.3 Q'j Coo Cp.IN CONTRACTOR you 1$ l Courcq COI 11 N Street Address Cc/~A, /aV 7500/ City and State J Seal & Authorization (If a Corporation) 21V-382- iz3 Telephone B - 1 1991 Upgrade Waterlines WORK DAYS 100 BID NO. 1632 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12-A 20" Waterline 8,927 LF $ so /LF $ sA 441 2a-l,- 2.12-B 12" Waterline 72 LF $ /LF $ 80. i,~ 5,7Lo. ir, 2.12-C 12" D. I. Waterline 10 LF $ /LF $ HO. Kr $00• -~n 2.12-D 8" Waterline 1,029 LF $ ~S /LF $ -Is 33 f. 34 1d8 s 2.12-8 6" D. I. Waterline 3 LF $ /LF $ $O, Jr 240. ~n 2.12-F 8" D. I. Waterline 80 LF $ /LF $ Sa. y} L4oa.'K~ 2.14-B Replace 6" F. H. Lead 4 EA $ /EA $ IOOQ JY 4 ooa. ,[n SP-42 Remove Fire Hydrant 1 EA $ /EA $ 500. 'J. SoaN. 2.16-A Water Service 14 EA $ /EA $ `ISc~ IO SOO. Kw SP-40 Cut and Plug Waterline 2 EA $ /EA $ 150. el y Soo. K 2.13.1-A 2" Air Release Valve 1 EA $ /EA $ ISIS 3.5 1 s 2.13.1-B 20" Gate Valve 7 EA $ /EA $ 41 so.:. 33 250. 1- 2.13.1-C 12" Gate Valve 2 EA $ /EA $ 850. 1.100. K. 2.13.1-D 8" Gate Valve 6 EA $ /EA $ '550.-4, 3;oo.r, 2.16-B Install Water Meter 1 EA $ /EA $ -1 so. 2.14-A Install Fire Hydrant 7 EA $ /EA $ l 50. ~ . S Z So.: 3-c Remove Concrete Walks and 13 Sy $ /SY $ Drives 2S -,tr 5.;;, 8.3 6" concrete Driveway 13 BY $ /BY $ SP-2 Concrete Saw Cut 15 LF $ /LF $ lo.i,. .'v. SP-41 Asphalt Saw Cut 13,518 LF $ oo /LF $ 13 stg K. 6.4-A 30" Bore 376 LF $ /LF $ _ 140, S Z 1, ya, 7 2.12.9 30" Gage 7 Steel Casing 461 - LF $ 33 /LF $ 15Z13.s P - 3 1991 Uocrade Waterlines WORK DAYS 100 BID NO. 1632 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 6.4-B 12" Bore & Pressure Grout 33 LF /LF $ $ 3c a* 990 ~w 6.4-C 27" Bore & Pressure Grout 281 LF $ /LF $ l5. i.. 21 075. 2.12-F 6" SDR 26 Sewer 130 LF $ 1S /LF $ o s G _ S c" 71 2.12-G 8" SDR 26 Sewer 50 LF $ -7 9 /LF $ so Gl. _ 3 3s-1. - 2.12-H 10" SDR 26 Sewer 5o LF '15 /LF $ $ so 0 3481 SP-37 Excavation Protection 9,000 LF $ So /LF $ 4 soo. a„ SP-10 Rock Excavation 100 CY $ /CY $ 2o. a ti 2, 000- v w 8.1 Barricades, Warning Signs LS $ /LS $ and Detours 14,1so.z,. 14.1so.- 1.21 Contractors Warranties LS $ /LS $ and Understandings 211.15-:, 21,61S,i> 3.1 Preparation of Right-of- LS $ /LS $ Way 1. coo, + 1. 2.12.8 Ductile Iron Fittings 1,500 LB $ " /LB $ o, 2 3 0co. Y> SP-39 Project Signs 2 EA $ /EA $ 25a-4, _ Soo. SP-27 Service Adjustments 5 EA $ /EA $ 200- a x Loco. « SP-4 Lower Waterlines 2 EA $ /EA $ 2 500. a . S,Ooo. 3.10.7 Hydromulch 100 SY $ o, /SY $ S Soo, r, 3.9 Sod 25 Sy $ /SY $ 25o- Y, Labor and Materials 15 Incorporated into Project 933.4 39. z.. Other Total ~s q 33 439. * 3.10.3 Seeding 100 SY $ 5 oa /SY $ 5-1~ q~ * Item 3.10.3, seeding may be.used as an alternative to Item 3.10.7, hydromulch at the Engineer's discretion. P - 4 -IFJrIlI IUI x,1n3131~i Id7 [E:.. t'S, hT ~1-11 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTEA OF INFORMATION ONLY AND CONPEAS NO MORTIS UPON YOU THE CERTIFICATE HOLUeA. THIS CE RTIa IO ATE I$ NOT AN 1NSUnANCE POLICY AND DOES NOT AMEND. EXTEND, OR ALTER THE COYERAOE AFFORDED BY THE POLICIES LI STE , BELOW. This is to Cerd LIBERTY DI KER N .U that NII'ANY, INC . IDICKERSON EQUIPMENT COWANY Name and MUTUAL CELINA READY-MIX, INC, address of 1309 N. LOUISIANA Insured CELINA, TX 75009 is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. T.7e insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of nnv nnntmot or other document with resnect to which this Certificate may be issued. ERTIFICATE EKP. OA ' TYPE OF POLICY • ❑ CONTINUOUS POLICY NUMBER LIMI F OF LIABILITY EXTENDED POLICY TERM CovoraOeANOr""UndervIC EMPLOYERS LIABILITY Law 01 the Following Stales Bodily Injury By Accident Ench WORKERS Aaidenl COMPENSATION Bodily Injury By Disease Polloy LIMc Bodily Injury By Disease Each Parson GENERAL LIABILITY General Aggregats Other than Prod/Completed Operations $2,000,000 rl CLAIMS MADE 2'20/95 YY1.191.409705.014 Products/Completed Op,uations Aggregate $2,000,000 I DATE Bodily Injury and Propery Damage Liability Per $1,000,000 occurrence Personal and Advertisir>!1 Injury Per Person/ El OCCURRENCE $1,000,000 Organization Other. Other AUTOMOBILE $1,000,000 Cach Accident - Single Limit - LIABILITY B. I. and P, D. Combined Q OWNED 9/1/94 AS2-191-409705-033 Each Person i 0 NON-OWNED Each Accident or occurrence 0 HIRED Each Accident or Occurrence OTHER 6/t 6/95 MS2.191 -409705.064 HIRED EQUIPMENT Fr:OCRSEMENT PER PIECE $300,000 CONTRACTORS EQUIPMENT ADDITIONAL INSURED1 CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES & VOLUNTEERS ON G.L. POLICY. . IF THE CERTIFICATE EXPIRATION DATE IS CONTINUOUS OR EXTENDED TERM, YOU WILL BE NOTIFIED IF CI:VERAGE IS TERMINATED OR REDUCED BEFORE THE CER-'IFICATE EXPIRATION DATE. HOWEVER, YOU WILL NOT BE NOTIFIED ANNUALLY OF THE CC NTINUATION OF.^.OVERAGE~ SPECIAL NOTICE - OHIO: ANY ^ER$ON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILI" ATING A FRAUD AGAINST AN !NOURER. SUBMITS AN APPGCATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE VA'rEMENT IS CUILTY OF iNSU RANGE cRAUO NOTICE OF CANCELLATION' `NOT APPLICABLE UNLESS A NUMBER OF DA ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES L UNTIL AT LEAST 30 DAYS NOTICE OF SUI?H CANCELLATION HAS SEEN MAILED CERTIFICATE CITY OF DENTON HOLDER 215 E. MCKINNEY DENTON, TX 76201 Liberty MiLlual Insurance Group N ~ 7/14/94 CH IRVING DATE ISSUELI OFFICE ..L:n I lr(~,H I c yr nlv~vl 1/-t5vl..L_ ..i.111C9R - •.vv..ri.i.i~.._..•..~..v.._... . - RIGHTS UPON THE CERTIFICATE HOLDER. Th'IS C-RTIFCATE 'JUEE NUT Al.lE bl^. EXTEND LIIA INSURANCE AGENCY, INC. OR ALTER THE COVERAGE AFFORDED 8Y THE POLICIES BELOW 2100 WALNUT HILL, SUITE 100 IRVING, TX 75038 COMPANIES AFFORDING COVERAGE COMPANY LETTER A TEXAS WORKERS' COMPENSATION INSURANCE FUND CODE BVd•CODE - COMPANY B INSURED LETTER DICKERSON CONSTRUCTION CO. INC. , COMPANY C P.O. SOX 458 LETTER CELINA, TX 75009 _ co'APANY D LETER COMPANY E LETTER COVERAGF_S. THIS IS TO CERTIFY THAT THE POLICIES OF !NSURANCE LIST ED 8E4OW HAVE SEEN ISSUED TO THE INSURED NAMEC ABOVE =CR THE POLIO PERI00 INDICATED. `IOTMTHSTANOING ANY REOUIPEMENT, TERM O R CONDITION OF ANY CONTRACT OR OTHER 01>CUMENT WITH -ESPECT TO WHICH THIS CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN, THE INSURANCE APFOROED BY THE POLICIES DESCRIBED HEAE!N IS SUS,ECT TO ALL THE 'ERNIS• EXCLUSON$ AND CCNOITIONS CF SUCH '0001$. LIMITS SHO WN MAY NAVE BEEN REDUCED BV PAID CLAIMS. LO TYPE OF INSURANCE POLICY NUM09A Uq - POLICY EFFECTIVE POLICY EXPIRATION: ALL LIMITS IN THOUSANOE ' DATE(NMIOD/YY) DATE(MM/ODM') GENERAL UABILIN -T GENERAL P OGREDATE 5 . COMMERCIAL GE:VERAL UASIUTY ' PAOCUCT$•COMPIOPS AGGAEGAT$ ~ 5 CLAIMS MADE -~OCCVR. PERSONAL SAOVERTI$INO IhILAY 15 OWNER'S S CONTRACTOR'S PROT. EACH OCCURRENCE S .~•-~•M' FIRE DAMAGE (Any one fir,) 5 _ • MEDICAL EXPENSE ,any o......nl 5 _ _ - - - AUTOMOBILE UABILfSY'~^ COMBINED - Y SINGLE S ANY AUTO UNIT _ ALL OWNED AUTOS BODILY S INIURY 'SCHEDULED AUTOS f(Ref Person) _ ~:%1' I°~' V ' HIRED AUTOS , BODILY V INJURY 5 NONAWNED AUTOS 1 . :(Per w6dent) • I GAAACE LIASIUTY I ' 1 ~ :PROPERTY j ! i DAMAGE EXCESS LIABILITY I EACH j AGGREGATE j ' ;OCCURRENCE - : OTHER THAN UMBRELLA FORM W ORKER'S COMPENSATOR STATVTONY A AND TSF 101214-02 3-5-94 3-5-95 (EACH ACCIDENT) Q ' EMPLOYERS'LIABILITY 1 ~ n 0 5 -500 (019 ELSE-t000Y LIMI (DISEA$E-EACH EMPLOYEE 3 : 100 OTHER - . I 'i OESCAIPTON OF OPERATONSADGATON9NENICLSSITIESTRICTIONS/SP ECIAL ITEMS CERTIFICATE HOLDER CANCELLATION - CITY OF DENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 215 E. MCKINNEY EXPIRATION GATE THEREOF. TH•? ISSUING COMPANY WILL ENDEAVOR TO DENTON, TX 76201 MAIL 30 OAYS WRITTEN NOTICE TO-THE CERTIFICATE HOLDER NAMED TO THE LEFT. BVT PAILURE TO MAIL SUCH NOTCE SHALL IMPOSE NO OBUOATION OF LIABILITY OF ANY KIND UPON THE COMPANY. ',TS AGENTS OR REPRESENTATIVES AUTHORIZED AlPRESENTATIVe ~~~~VA L ACORO 25-$ (3/88) 9AORPORATION 19: T' I -171T