Loading...
1994-107ORDINANCE NO. 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 1618 MID-STATE UTILITES $123,458.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and 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 thgp,; day of ,1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY* GJ APP VED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY ? Q f c t BY: 1618.CONT DATE: June 21, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1618 - HICKORY CREEK SANITARY SEWER RECOMMENDATION: We recommend this bid be awarded to the low bidder, Mid- State Utilities in the total amount of $123,458.00. SUMMARY: This bid is for all labor and materials necessary to replace two aerial sewer line crossings at Hickory Creek. One crossing has been damaged earlier this year and the other is in a deteriorated state. Eight bid proposals were received in response to sixty-nine bids sent out. BACKGROUND: Tabulation Sheet, PUB Back-up, PUB Minutes. PROGRAMS DEPARTMENTS ORGROUPS AFFECTED: Collection, Utility Customers, Citizens of Denton. FISCAL IMPACT: Budgeted Funds for 1994 Account #625-082-0471-9138 with a balance of $204,904.00 espegtful ubmi t Lloyd/d/V . Harre City Manager Prepared By: Name: Denise arpool Title: Senior Buyer Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 499.AOENDA 1993 REPLACEMENT 21f'&24;' (HICKORY CREEK) BY: DANIEL BROWN CIP# 93-0471-05 DATE: 12-05-92 SCALE: 1"=800 PROJECT CONSIDERATIONS o Both existing crossings could fail at anytime. © The cost of repairing a failure is very expensive. The last failure cost $26,954.47. o If a failure occurs the discharge of raw sewage goes directly into the waters of the United States. This violates our TNRCC and EPA NPDES Permits. o The project is $22,871 over budget. o The Corinth Forcemain Project is proposed to be deleted due to actions by Corinth. A portion of the $295,000 budgeted for the is project could be diverted to the Hickory Creek Project. EXHIBIT 11 III 1181HXg i O m m v x o ~ ~k 0 0o m o m o z zz c Z a z a r m a -4 m m m x x n n No NO 's L3xo 2xo W 0 W ( r m mm o W 0 m r0m Nym r Z o G b OR z o p _ 00Om " Cn A w n AZD o M AZD m - m Nz N N C I O co M W~ 00 w 4 C; _ (n m cn "o z x C/) fn o mD (n p 0 00 °o Nm °o 10 to to D m ,C N -4 z 0^ D za N z o =m VI -1 = o O 0 o Z 0 N N < nn om V < O D m tmn coo V 0 C3 Nr m N o D 0 r -I r m 0 W z c M W M Q N 0 v T W 70 0 xI jp U ] 7 N W V < C Q i m to a m aD 0b r 0 ~ 7A 0 ~ - HICKORY CREEK SANITARY SEWER CROSSINGS FUND ANALYSIS ACTUAL/ DESCRIPTION BUDGET ESTIMATE ENGINEERING DESIGN 10,000.00 2,985.00 SURVEY 10,000.00 511.00 EASEMENT 0.00 917.00 INSPECTION 5,000.00 5,000.00 OVER)/UNDER BUDGET 22,871.00 DELETED CORINTH FORCEMAIN 295,000.00 PROJECT WITH DELETED CORINTH 405,000.00 132,871.00 FORCEMAIN I OVERI/UNDER BUDGET 272,129.001 EXHIBIT IV 1994 CAPITAL IMPROVEMENT PROJECT # 94-0471-05 PROJ TITLE: (R) HICKORY CRK. INTERCEPTOR CREEK CROSSING ESTIMATED COST: $110 (x 1000) GROUP ASSIGNMENT: 5 DESCRIPTION: Replace two interceptor creek crossings: 1. Approx. 1000 Fr west of Country Club Rd. at Hickory Creek. 205' of 24" 2. Approx. 750 Fr west of Country Club Rd. at Hickory Creek . 205' of 24" PURPOSE: To reduce maintenance costs and prevent pipe failure due to poor -structural condition of existing creek crossings. COST CALCULATION: Utilities Staff Estimate Design $ 10,000 Construction $ 90,000 Easement $ 10,000 FUNDING REQUIREMENTS:CASH FLOWS/ENCUMBERANCES (In Dollars x 1000) ENC EXP ENC EXP ENC EXP ENC EXP ENC EXP ENC EXP 1994 O N D 10 10 J F M 10 10 A M J 90 36 J A S 0 54 1995 0 N D J F M A M J J A S ; 1996 O N D J F M A M J J A S ENCUMBERANCES BOND REV AIC OTHER TOTAL TOTAL 1 ST YR $0 $110 $0 $0 $110 TOTAL 2ND YR $0 $0 $0 $0 $0 TOTAL 3RD YR $0 $0 $0 $0 $0 GRmtAD TOTAL $0 $110 $0 $0 $110 ENCUMBERANCE DATES: PHASE DATE AMOUNT OBJECT# Easement Acquisition 3/94 $10 8566 Engineering Design 12/93 $10 8560/8563 Inspection 5/94 $ 5 8562 Construction 5194 $85 9138 Miscellaneous ENCUMBERANCE TOTAL $110 COMMENTS: 3/1519313:14 Pa CASH EXPENDITURES BOND REV AIC OTHER TOTAL $0 $110 $0 $0 $110 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $110 $0 $0 $110 EXHIBIT V 1994 CAPITAL IMPROVEMENT PROJECT # 94-0471E1C iPROJ TITLEi (1) (1993) UPGRADE INTERCEPTOR ESTIMATED COST: $650 (x 1000) GROUP ASSIGNMENT: 4 DESCRIPTION: ~onnm rorce6~_~ Litt Station to Interceptor 5,400 LF $295 000 Chisholm Trail Area Cordova to Stuart ^ 6/15" 2,580 LF $230 000 Yellowstone Kings Row to Monterey NA/12" 1,600 LF , $125,000 TOTAL 9,580 $650,000 PURPOSE: To increase capacity of the interceptor and prevent sewage backup _ -into the surrounding area. - - COST Design Estimate $ 55,000 CALCULATION: Construction Estimate $595,000 FUNDING REQUIREMENTS:CASH FLOWS/ENCUMBERANCES (In Dollars x 1000) ENC EXP ENO EXP ENC EXP ENC EXP ENO EXP ENC EXP 19940 - IV D 270 135 J F M 135 - - A M J 325 160 J A S 165 1995 O N D F M A M J A S 1996 0 N D J F M ; A M ; J J A S ENCUMBERANCES CASH EXPENDITURES BOND REV AIC OTHER TOTAL BOND REV AIC OTHER TOTAL TOTAL 1STYR $595 $0 $0 $0 $595 $595 $0 $0 $0 $595 TOTAL 2ND YR $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 TOTAL 3RD YR $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 GRAND TOTAL $595 $0 $0 $0 $595 $595 $0 $0 $0 $595 ENCUMBERANCE DATES Encumbered as spent. PHASE DATE AMOUNT OBJECT# General Purchase Engineering Design 3193 $55 8560/8563 Inspection 3/94 $40 8562 Construction 3/94 $555 9138 ENCUMBERANCE TOTAL $650 COMMENTS: This is a multiyear project beginning in 1993. Encumberances: Prior to 1994 Current CIP Total Project Budget $ 55,000 $595,000 $650,000 5/93 13:33 CITY of DENTON, TEXAS MUNICIPAL BUN. DING DEN TON, TEXAS 76201 TELEPHONE (817) 566-82 May 8, 1991 Executive Director Texas Water Commission P.O. Box 13087 Capitol Stnt.ion Austin, Texas 78711-3087 4ttn: Wastewater Enforcement Section This letter is to inform you of a dischnrge of raw sewage from the collection system of the City of Denton TWC Permit. NWg0010027. On 4-22-91 collection system personnel located a break of n wastewater collection line aerial crossing located on Hickory Creek npproximatoly 250 yds downstream of the Bonnie Brne Street Hickory Creek crossing. It nppenrs that a large tree near the aerial crossing was undercut by erosion and fell on the line breaking or weakening the piers, The tree and other debris formed a dam behind the crossing and the force of the water ultimately broke the piers holding the line in place. This crossing hnd been in service 8 years without any problems. We feel that the romhinstion of the tree falling on the line Find the debris dam behind the line created the unusual conditions resulting in 1,11e washout. When the break was located field service crews Find the municipal laboratory were notified. By 8:00 PM on 4-22-91 field crews hnd set up a temporary pumping svstem transferring the sewage across the creek into n manhole. The pump was manned continuously to ensure thnt no l'nrt.her discharge of sewage would occur while repairs were being completed. field crews hegnn chlorination the creek at, 20 minute intervnls while the temporary pumping system was installed. Snmples were collected for fecal roliform and nnnlyzed at the Denton Municipal tnhorntory (Attachment I). Three sect inns of ductile iron pipe and the concrete piers were replaced. The mechanical seal was replaced with uniflange pipe increasing the strength of the span. Substantial dilution was occurring doe to the continued runoff from the storm which apparently caused the line hrenk. No fish kills were observed as a result of the discharge of sewage or during snhsequent chlorination of the creek. We estimate that 1.2 million gallons of rnw sewage wns accidentally discharged to the creek. EXHIBIT VI Texns Water Commission pnge 2 The City of Denton endeavors to prrcrnt. these types of incidents from ocenrring. To prevent this type of line break from occurring in the future the City will redesign the aerial crossings on Rirkory Creek to fortify them against, the harsh rnnditions during flood stage, The Ully will replnce this nerinl crossing this summer during dry weather conditions. Tf you have any questions regarding, This report, plense contact me at (817) 383-3527. Sincerely, J /7 Sim-w 1hrr, Fnvtronment.nl Services Admiirintrator lp em: Lnrry Ferguson, TWC District 4, Dunennville Ilownrd WWI Director Environmental. Operations Rill Brown, Superintendent Water/Sewer Field Services FII,F:D221L.DOC DISK:04 TEXns %V/\Ir.n COMMISSION SFWAr7P. nyrASS neronr 11vnn of rnunlltnn: I:I. ~of bent(+n Plurnlt flo, ~'•;Mnn 1 On;iI County: Denton 1 WC fingloNUlshlcl Ihmcanv f. L 1 e ^,oulrn anti Location of Bypass (WW Ir, lilt stallon, collerllen Ilan, other): %or l a L crossing of Hickory Clock. Closing Incnted npp, 250 yds enr.L of Itnilnle lime R. Ilirkory Creek Crossing, Causnolnypass: It appears that n large tree undercut by ernsLon fell on the line brenking or wenki.ng the pier.. 'thin free In addition to other debris washed downstrenm hnllt up behind the crossing, and the force of the water ultimately broke the piers holding the crossing, In pince. Dlschergenouln: 111.ckory Creek [slinnlodVoltnno: 1.2 million gallons ftutation: WhnnHngun 4/12/91 WOMAN WIIanFndnd 6/22/91 5:00 Pit (nntnl MAn) ittmnt MUM) or Whon [xpeclnd to he Cotrocind Own) Actions Taken to Mitigate Adverse EUricls (colnlerllon, contalmmrini, cleanup, olhnr): Creek was disinfected wiLh HTH Chlorine, pumping system wnn not up during repnirn to pump sewage across creek Into collection lion. Monitoring Data: ( ) Yes ( ) No field Mnasurornnno. (x) Yas ( ) No I.al,oratory Samplas. ( ) Yss (x) No rob Kill. u yes, stutomw numbor klllnd. ( ) 1100 ( ) ton-1000 ( ) OS100-I0Q00n ( ) Over i orioles ( ) to too ( ) lonn.to,ooo ( ) loo,ooo-i Inullon Note: Data should be attached or subrnlllnd to J W(. when availablo. Actions rakonto Correclthe toroblentrind Prevent Nncunnncs: 3 sections of ductile iron pipe and piers were replaced. Concrete piers and footings were reconstructed. The City of Denton will redesign this crossing and I considering relocation of the crossing to n more accessible nren. Construction on this project will begin during low flow conditions this summer. other comrnants: Informationnoportedfly: Jim Coulter (Nome) Daie neporlerl: 4-23-91 Signed: )I loins) Environmental Services Administrator M1110) Telephono (817 ) 383-7527 I non) I VU•n"I(I I", Iron l.nn) CITY Of DENTONr TEXAS MUNICIPAL HIIILDING l DENTON, TEXAS 76201 TELEPHONE_ (811) 5664 H E 11 0 R A N 1) u H -10: -Rill Brown, 3rrperirtt.enrlent.-of Water/Sewer rield Services rROH: Bill HcCUllouglr, Pretrent.ment Proaram Goordin,tor DATE: April 27, 1991 RF: Results of Arinlys" Cnnduct.ed on Discharge from Hickory Creek Line Orenk Avid Hirkory Creek The followlnq tnble represents the results of samples collected on April 72, 199), from Ilickory creek rOllectiorr system, And Itickory Creek. Samples were collected following notification on !April 22, 1991, of a 21" wAstewnt.er litre break ncro3s Hickory Creek in the vicinity of Ronnie Brne and Roselawn. location of Sample plt ROD 1S3 Fecal Coliforms Collection (mg/1) (mg/1) (No./100 ml Sample) ,I DisrhArge from 7.40 180 308 2,060,000 broken line 2. Ilickory Creek 7.75 7.5 16 110 Upstream 100 yds 3. Ilickory Creek 7.65 35 713 254,000 uownetreAm 50 yds Bill Brown Page 2 Summary: In a comparison of analytical re5"ILS for samples collected on April 22, 1991, from the Hickory Creek line discharge and midstream 50 yards downstream in Hickory Creek, the following trends are evident: 1. Fecal coliform count reduction - as% 2. BUD reduction - 80% 3. TSS reduction - 75% Bill McCullough, Pretre Ament Program Coordinator kkn cc: Howard Martin, Director of Environmental Operations/Financial Administration Jim Coulter, Environmental Services Administrator File 020at:03 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 day of JUNE 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 MID-STATE UTILITIES INC. P.O. Box 1160 wACO, TESAS 76703 of the City of WACO , County of 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: RIn # 16+18 = _HICKORY REEK SANITARY SEWER CROSSING in the amount of 123.458 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, aDd 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 executed this agreement in the year and ATTEST: of these presents have day first above written ATTEST: KID-STATE UTILITIES INC. CONTRACTOR By __AF,kA&-,- Title (SEAL) Q0 SQLA AAA0184D CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That MTD-STATE UTILITIES INC. , of the City of WACO County of MCLENNAN , and State of TsxnS as PRINCIPAL, and CONTIENTAL CASUALTY 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 ONE HDNDRED TWENTY THREE THOUSAND FOUR HUNDRED FIFTY EIGHT and no/100----- Dollars 123.458.00 ) for the payment whereof, the said Principal and surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 21 day of JUNE , 19 94, for the construction of BID # 1618 - HICKORY CREEK SANITARY SEWER CROSSING in the amount of $123,458.00 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 thisjr--~day of 19-. (`tl ~ fl s~ ~Ak- l XA; I Aes )-Toc Principal By ~I , YA bin Y~aB Title ICQ_- C Z~S1~MC Address - \->ac-~D, ILK-" -t brL3 (SEAL) NO W~ CONTINENTAL CASUALTY COMPANY ~Z~ jt-t,~ i itle Jamie Irvin Address: 2201 WASHINGTON AVE. (SEAL)' The name and address of the Resident Agent of Surety is: F; I i.htiu`-I & W. INSUkANCE AGENCY Waco, Texas 76703 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D PB - 2 PAYMENT BOND - STATE OF TEXAS § COUNTY OF DE.NTON § KNOW ALL MEN BY THESE PRESENTS: That MID-STATE UTILITIES INC. of the City of WACO County of MCIMUM , and the State of TEXAS , as principal, and CONTINENTAL CASUALTY 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 ONE HUNDRED TWENTY THREE THOUSAND FOUR HUNDRED FIFTY Dollars 123,458.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 21 day of JUNE 19 94 . BID # 1618 - HICKORY CREEK SANITARY SEWER CROSSING 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 signe and sealed this instrument this A , day of lU C)P, 19 Principal By l L o )t byx-- ~L.o~ Title (CQ- CONTINENTAL CASUALTY COMPANY 4 ~h. Surety itle demie Irvin AttomeH n-fact Address: m o Address WACO, IE>X t 76701 (SEAL) ~)C) ~ (SEAL) The name and address of the Resident Agent of Surety is: FITZHUGH & CO. INSURANCE, AGENCY vmnmymn MVe, ¢ Waco, Texas 76703 AAA0184D PB - 4 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That MID-STATE UTILITIES INC. as Principal, and CONTINENTAL CASUALTY 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 TWELVE THOUSAND THREE HUNDRED FORTY FIVE and 80/100---- Dollars 12.345.80 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 MID-STATE UTILITIES INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1618 - HICKORY CREEK SANITARY SEWER CROSSING 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 MID-STATE UTILITIES INC. as Contractor and Principal, has caused these presents to be executed by NELSON HUSKA and the said CONTINENTAL CASULATY COMPANY as surety, has caused these presents to be executed by its Attorney-in-Fact and the said Attorney-in-Fact V hereunto set his hand this day of e ) U n e 19. 1 01 SURETENTINENTAL CASUALTY COMPANY AAA0184D PRINCIPAL: MB - 2 AttomeHn-tact BID SUMMARY TOTAL BID PRICE IN WORDS -(2t--& IT01UO/dC_b IWe-?%'TY . 1 (7Y-t'~ TtFO~s~.~'Y) ~=ocro I~~n~D~-'C]~ 6=1P/~4'- L7G%~% c i~J (~xGNtQS In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. S WM 0~SV&ie Ss CONTRACTOR BY . COJA~ ~'O_ ~a (e y Street Address \,v w-co ix -7626 ~ City and State C. i = ICI C i l e o r. Seal & Authorization (~~3- S (If a Corporation) O Telephone X110 511 B - 1 Hickory Creek Sanitary Sewer Crossings WORK DAYS 30 BID NO. 1618 PO NO. BID TABULATION SHEET l ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties and Understandings LS $U/LS A' 3.1 Preparation of Right-of-Way LS $S", /LS $ Spa SP-37 Excavation Protection 409 LF $ Z,pc-/LF $ O° SP-10 Rock Excavation 50 Cy $ /ppv /CY $ 50d. 2.12.9 24" Steel Sanitary Sewer 477 LF $ / 27O`/LF $ S-B6 2.12.14 24" Sanitary Sewer 67 LF I/ $ p70d /LF $ s of,*' 7.6.A 5' Concrete Manhole 5 EA $ 2 700 , 7EA $ /3,sca SP-31 Break Into Existing Manhole 1 EA $ eppsir /EA $ CjC C,) 7.6.B Reinforced Concrete Piers 4 EA $ W1zv'~'/EA ze $ /P 55 8.15 Grouted Rip Rap Type B 368 SY s 3q /SY U'0 a' s / l SP-40 Cut and Plug Existing Sewer 4 EA $ 46Z2' /EA $ 2 f a° SP-41.A Remove 24" Sanitary Sewer 80 LF $ "/LF $ ~60C44O SP-41.B Remove 21" Sanitary Sewer 65 LF $ 4-~ /LF 3.12 Temporary Erosion Control LS $ to ea °r/LS $ WS-16 Abandon Manhole 1 EA $ jppg4~/EA $ 1,geO m Materials and Labor Incorporated into Project s Other 410, OdU Total / 2 ~9s8o P - Z CNA INSURANCE COMPANIES BID BOND KNOW ALL MEN BY THESE PRESENTS: That we Mid-State Utilities, Inc. P.O. Box 1160 Waco, TX 76703 and Continental Casualty Ompany City of Denton in the sum of 5% of greatest amount bid , Principal, Surety, are held and firmly bound unto , Obligee, Dollars ) for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Hickory Creek Sanitary Sewer Crossing Bid #1618 Denton, Tx. NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. Signed, sealed and dated April 28, 1994 Mirl-State IW,iIiti es, Inc (Principah 6g bye s (Seal) ie Irvin Attorney-in-Fact G-23054-C % i CNA Far All the Commitments You Make' Continental Casualty Company CHA Mir All llx• Camnl it m'ni. V m Nxkr' AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Chamae Fitzhugh Jr Pat Ebarb Jamie Irvin R. J. Reynolds, Jean Reynolds, tack L Henry, Individually - - of Waco Texas Its true and lawful Attorney-in-fact with full power and authority hereby conferred to sign, seal and execute in Its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney. pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX-Execution of Documents Section 3. Appointment of Attorney-in-fact. The President or a Vice President may, from time to time, appoint by writtencertificates attorneys-in-tact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bird the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the Signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which It is attached, continue to be valid and bindino on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 30th day of March _ 19 93 CONTINENTAL CASUALTY COMPANY raswr~ State of Illinois 1 co`•d•rr County of Cook I ss =1 , ~u SEAL J. E. Purtell Vice President. On this 30th day of March 19-13 , before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois: that he is a Vice-President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so aff ixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. q De 'Devi ~ ROTAR'I m ►ueuc °4 e0"~ Linda C. Dempsey otarv Public. CERTIFICATE My Commission Expires Qctob$r 19, 1994 I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney above set forth is still in force, and further certify that Section 3 of Article IX of the By-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this tt339 day of Apri 1 19.x. GSWr\ J 4r .o. Robert /P. Ayo istant Secretary ~u SEA( ~ Ir,t 1 y ` INV. NO. G-574 43-B 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 APP006BA REVISED 08102/97 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. AFMBA REVISED 0810M7 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: Id 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 (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. ti AFMIIA REVISED 08/07/93 Insurance Requirements Page 4 [x] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than S nn,nnn 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. [ ] 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. % AF MRA UV64PD 08102/97 i ijlp Insurance Requirements Page 5 [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. AEE0068A, REVISED 08/02/93 Cctni:inental Casualty Company CHA F'nr All It hr Cnnunil nwml, Y"n Maltr' AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Chamge Fitzhugh, Jr., Pat Ebarb, Jamie Irvin, R. J. Reynolds, Jean Reynolds, Jack L- Henry. Individually of Waco, Texas Its true and lawful Attorney-in-fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX-Execution of Documents Section 3. Appointment of Attorney-in-fact. The President or a Vice President may, from time to time, a point by writtencertificates attorneys-in-fact to act in behalf of the Company in the excecution of policies of insurance, bonds, underPakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and bindino on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 30th day of March , 19 93 CONTINENTAL CASUALTY COMPANY wsw,. State of Illinois 1 caro•a County of Cook ( ss ~ °v SEAL J. E. Purtell Vice President. On this 30th day of Mdr:h 19-13 . before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is a Vice-President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. b0 . Debi NOTARY m Pueue Linda C. Dempsey otary Public CERTIFICATE My Commission Expires ctob r 19, 1994 I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorn ey ' above set forth is still in force, and further certify that Section 3 of Article IX of the By-Laws of the Company and the Resolution of the Board of irectors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this 21st day of Jnnp „19 94 /0242~~C~ Robert. Ayo "Want Secretary 14, 0i. Form 1.23142.8 INV. NO. G-57443-B 07/01/99 13:29 E 7593852 FITZHUGH B CO 02 A40 ORD CERT!FICAT~ OF INSUR ANCE: CSR PS D.nIMMODYYn . P N108T q 07105/94 PRODUCER CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Fitzhugh E CO Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. Box 209 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Waco TX 76703 - COMPANIES AFFORDING COVERAGE _ COMPANY Bituminous Insurance Co. 817-7,54.73551 Iwaftw COMPANY B Texas Workers Comp Ins Fund COMPANY Mid State Utilities Inc. C P. 0. Box 1160 _ COMPANY Waco TX 76703 D COVERAOES - - 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 ANb CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - CO TYPE OF INSURAN44 POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIIUTON LIMITS DATE DIMRXNYYI OATS VAIDDITYI GEN ERAL UARRELY GONEAL AGGREGAI @2,000,000 A X COMMERCIAL GENERAL UABILITY CLIP 2137256 09119/93 D9/19/94 PRODUCTS-COMPIOPAOG 01,000,000 1 CLAIMS MADE n OCCUR PERSONAL 6 ADV INJURY L 1,0001000 OWNER'SA CONTRACTOR-6 PROT EACH OCCURRENCE 1110001000 FIREDAMASE IAry 6m;;B _ 150,000 MCI) EXP WW IM MNPN 15,000 IIDI OMOSSE LWILTA COMBOED SINGLE LIMIT 11,000,000 A X ANVAUrG CAP 1814360 09/19/93 09/19/94 ALL OWNED AUTOG BODILY INJURY 1 SCHFOLH.ED AUTOS IPx Arlon) HIRED AUTOS BODILY INJURY 1 NON-OWNED AUTOS DP' KddMLI PROPERTY DAMAGE / GARAGE LIABILITY AVTOONLY - EA ACCIDENT / ANY AUTO OTHER THAN AUTO ONLY: . EACH ACCOUNT 1 AGGREGATE EXCESS LIABILITY EACH OCCURRENCE 11,000,000 A _X UMBRELLA FORM CUP 1783434 09/19/93 09/19/94 AGGRGATE - 0 OO,000 - OTHER THAN UMBRELLA FORM 1 B M'OREMq COMPENSATION AND gTATUTORV LIMIT 9 _ , EMnOTE16 LWWfV EACHACCIDENT 1 100,000 THE PROPRIETOR/ INCL TSF 103834-01 09/19/93 09/19/94 DISEASE - POLICY LIMIT 1500,000 PARTNERSIEACUTLVE OFFICERS ARE: X EXCL D13EASE-EACH EMPLOYEE 1100,000 OTHER DESCRIPTION OF OPSILATIGNSIIDGATIONWMWLSSISPEOML ITEMS Hickory Creek SanitgEyrryy Be Crosging C ty of DentonD1eme4 l9 Adf1dftiOn3L near@d on the OL a Auto Policy Waiver of Sugro n in F o ati r C t € D ton th P W k c li g av o r o y en on ers 0 e or omp. o cy CERTIFICATE HOLDER CANQELCATION CITYD-1 SHOULD MYOFTHEABOVE 0WHAEDMU01EERGANCBILWBEFORETHE ELPNMTION DATE THSRSOF, THE ISSUING COMPANY WILL MNOEAVON TO MAIL 3, Q,,, DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLOML NAMED TO THE LEFT, City of Denton BUT FAILURE TO MAIL BAN NOIRES SHALL IMPOSE NO OBLIGATION OR LW MY 215 B. KoKinney OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Denton '1'X 76201 0 N[4w , TIVE ACORD 28-S 131931 PRO, CORAkno, ms JUL 1 '94 13:34 7543852 PAGE.002