Loading...
1993-078ORDINANCE 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 com- petitive 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the con- struction 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 be- ing the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1493 PATE BROTHERS CONSTRUCTION $1,686,821.18 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid. SECTION III. That the city manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied 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 here- by 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 im- mediately upon its passage and approva . PASSED AND APPROVED this the/ day of ,1993. BOB CASTLEBERRY, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY &~AOVEYl AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: Az~ I DATE: MAY 11, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1493 - TEASLEY LANE UTILITIES RELOCATION RECOMMENDATION: We recommend this bid be awarded to the low bidder, Pate Brothers Construction, in the total amount of $1,686,821.18. SUMMARY: This bid is for all materials and labor to be used in relocating the water, sewer and electric utility lines to enable the widening of Teasley Lane. This project was estimated at $1,879,887.50. Four bid proposals were received in response to seventy five invitations to bid mailed . BACKGROUND: Tabulation sheet, Memorandum from David Salmon dated 4-28-93. FISCAL IMPACT : Utility Departments Budgeted Funds : Water Department #662-081-RB89-R302-9138 BALANCE $119,097.00 Water Department #661-081-RB89-R302-9138 BALANCE $709,399.00 Sewer Department #674-082-RB93-V307-9138 BALANCE $900,000.00 Electric Department #610-080-0252-9237 BALANCE $470,500.00 splec/tfull ubmitte U Lloyd V. Harre City Manager,,., Prepared by: Name: Denise Harpoo Title: Senior Buyer Approved: Name: Tom Shaw Title: Purchasing Agent AGENDA.365 U H a m ~a a a x. w O O U O h z O H F m U U m o z O a H E H M I O U z O W H aH W W U E x ❑ a4 o F a m m z O U m O E a z m m a z H H a4 a E W a m w H F H ~'1 a rn H z ON E O H 'J M fn F Cn W a r a o N a a a '7+ a~ a W a a a' m a w H w ❑ z z A 0 a m m O I a O ❑ z a O Wz D a O ❑ z a 0 z i i i n a - - 0 - - 0 - - - 0 - - - - - - - - - - 0 O O tn Ln m N N N H %D %0 d0 n 0 m m m ko W w N L k N >4 d' co (n -e m r co m m w vt ars ri w - 0 0 O O 0 0 4! r- 0o co ff) ko Ln M tO W O -e m m W w 0o ui V >a >4 00 ri n V en m %D m Ln yr w w N 401. o r- un 00 i w N -1 00 00 1n N r W ff) m m co w w 1O t N v rl o n in 4 w 4q. V-1. 4W O O O O O O O O H O .i N m t, rn m N N co m m m w w ON -e N N ao ON iO H n m r vt 4q yr yr m F 0 0 o m z F ❑ a ❑ H ~ 'ly m /af U H a ' a a E H ( W 3 ~ w a 3 - - - - m - - w - - - - - - - - - - - - - a - - - - - - - - - - - - - - - - p I . H N •1 f CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 MEMORANDUM DATE: April 28, 1993 TO: Glen Gary, Engineer Associate FROM: David Salmon, P.E., Senior Civil Engineer SUBJECT: Bid Recommendation for Teasley Lane Utility Relocations Bids were opened for Teasley Lane Utility Relocations on April 27th. The lowest overall bidder was Pate Brothers Construction of Texas. Their total bid was $1,686,821.18. The bid breaks down as follows: Water $724,781.76 Sanitary Sewer $545,686.67 Electrical $416,352.75 Our estimate total was $1,879,887.50 which breaks down as follows: Water $746,909.50 Sanitary Sewer $855,695.00 Electrical $277,283.00 As you will notice, the water bid is relatively close to our estimate. The sewer bid is considerally lower than our estimate. A closer review of the bid shows they used pipe prices much lower than what we estimated which is where most of the difference is. We have not bid large diameter sewer in such large quanitities before so our prices may be higher due to the economy of scale we used. Also, most of this sewer will not require 1 sack concrete backfill which is not taken into account in our estimate. I am not alarmed with the low bid price. The electrical bid came in much higher than what we estimated. Again, the main difference is in the conduit prices. I feel that our estimated prices are low and that the contractors prices are more in line with current prices. We have contacted references for Pate Brothers construction and have found that they have completed several large utility jobs for other cities in an expeditious and professional manner with minimal change orders. In considering all of the above, I recommend that Pate Brothers bid for Teasley Utility Relocations be accepted. \ 1 r David Salmon AEE00239/35 8171566-8200 DIFW METRO 434-2529 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 MEMORANDUM DATE: April 28, 1993 TO: Joe Cherri, Engineering Administrator FROM: David Salmon, P.E., Senior Civil Engineer SUBJECT: Bid Recommendation for Teasley Lane Utility Relocations Bids were opened for Teasley Lane Utility Relocations on April 27th. The lowest overall bidder was Pate Brothers Construction of Texas. Their total bid was $1,686,821.18. The bid breaks down as follows: Water $724,781.76 Sanitary Sewer $545,686.67 Electrical $416,352.75 Our estimate total was $1,879,887.50 which breaks down as follows: Water $746,909.50 Sanitary Sewer $855,695.00 Electrical $277,283.00 As you will notice, the water bid is relatively close to our estimate. The sewer bid is considerally lower than our estimate. A closer review of the bid shows they used pipe prices much lower than what we estimated which is where most of the difference is. We have not bid large diameter sewer in such large quanitities before so our prices may be higher due to the economy of scale we used. Also, most of this sewer will not require 1 sack concrete backfill which is not taken into account in our estimate. I am not alarmed with the low bid price. The electrical bid came in much higher than what we estimated. Again, the main difference is in the conduit prices. I feel that our estimated prices are low and that the contractors prices are more in line with current prices. We have contacted references for Pate Brothers Construction and have found that they have completed several large utility jobs for other cities in an expeditious and professional manner with minimal change orders. In considering all of the above, I recommend that Pate Brothers bid for Teasley e Utility Relocations be accepted. David Salmon AEE00239/35 8171566-8200 D/FW METRO 434-2529 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON S. THIS AGREEMENT, made and entered into this 11 day of MAY A.D., 19c),i_, by and between rTTY nF of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and PATE BROS. CONSTRUCTION INC., 780 W. MANSFIELD HWY, KENNEDALE, TEXAS,76060 of the City of KENNEDALE , County of TARRANT 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 # 1493 - TEASLEY LANE UTILITY RELOCATION in the amount $1,686,821.18 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 THE 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. AATTTEEST : Ace OWNER p GT (SEAL) ATTEST: SECRETARY PATR O ON A TOR IN C. CONT 'TOR, '-s/- By ~itd 44.11 Title ICE PRESIDENT (SEAL) APPROVED AS TO FORM: City Attorney \ CA - 3 I M P O R T A N T N O T I C E TO OBTAIN INFORMATION OR MAKE A COMPLAINT; YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES; COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: . P.O. BOX 149104 AUSTIN, TEXAS 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY. THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. BOND NO. 071SBI00810125BCA PERFORMANCE BOND STATE OF TEXAS § COUNTY OF nRNTnN S KNOW ALL MEN BY THESE PRESENTS: That PATF RRnR_ roNSTRurTTnN TNC, of the City of uvnrnTrn ATF County of TARRANT , and State of TRXAR as PRINCIPAL, and The Aetna Casualty and Surety Comuany , 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 MILLION SIX HUNDRED EIGHTY SIX THOUSAND EIGHT HUNDRE TWENTY ONE AND 18/100--Dollars 1,686,821. 18 ) 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 11 day of MAY , 19 93, for the construction Of BID# 1493-TEA v rAN iTr TTv RELOCATION in the amount of $1,686,821.18 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 Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 bond, 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 12th day of May 19 93 Pate Brothers Construction, Inc. / Principal By 44,L, Title DOUGLAS BISBALLE, VICE PRESIDENT Address: 780 W. Mansfield Highway Kennedale, Texas 76060 (SEAL) The Aetna Casualty and Surety Company Surety B Title Bruce C. DeHart. Atty-in-Fact Address: 16666 Northchase Houston, Texas 77060 (SEAL) The name and address of the Resident Agent of Surety is: ELsey & Associates Surety/Insurance 8810 Will Clayton Parkway, Suite C, Humble, Texas 77338 NOTE: Date of Bond must not be prior to date of Contract. PROVIDED FURTHER, that if any legal action be filled upon this venue shall lie in DENTON Countv. State of PB - 2 BOND NO. 071SB100810125BCA PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That PATE BROS. CONSTRUCTION INC. of the City of KENNEDALE County of TARRANT , and the State of TEXAS as principal, and The Aetna Casualty and 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, in the penal sum of EIGHT HUNDRED TWENTY ONE AND 18/100 ONE MILLION SIX HUNDRES EIGHTY SIX THOUSAND Dollars ($1.686.821.18 ) 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 11 day of MAY 19 93 . BID # 1493 - TEASLEY LANE UTILITY RELOCATION 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 Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. "This bond shall be construed to incorporate the provisions of Senate Bill 1321 enacted by the 71st Legislature of the State of Texas, Texas Regular Session, 1989." 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 12th day of May 19 93 , Pate Brothers Construction, Inc. Principal / By /fX~GG~ag ~~dc Title DOUGLAS BISBALLE, VICE PRESIDENT The Aetna Casualty and Surety Company Surety Title Bruce C. DeHart, Atty-in-Fact Address: 780 W. Mansfield Highway Kennedale, Texas 76060 (SEAL) Address: 16666 Northchase Houston, Texas 77060 (SEAL) The name and address of the Resident Agent of Surety is: Elsey & Associates Surety/Insurance 8810 Will Clavton Parkway, Suite C, Humble, Texas 77338 PB - 4 BOND NO. 071SB100810125BCA MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That PATE BROS. CONSTRUCTION INC. as Principal, and The Aetna Casualty and 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 ONE HUNDRED SIXTY EIGHT THOUSAND SIX HUNDRED EIGHTY TWO AND 11/100----------- Dollars 168.692.11 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 PATE BROS CONSTRUCTION INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1493 - TEASLEY LANE UTI ITV RELOCATION 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 Pate Brothers Construction, Inc. as Contraci executed by rincipalr, has caused a presents to be ~ 6-7 6 and the said The Aetna Casualty and Surety Company as surety, has caused these presents to be executed by its Attorney-in-Fact Bruce C. DeHart and the said Attorney-in-Fact has hereunto set his hand this 12th day of SURETY: , 19 93 The Aetna t and re Compannyn B IXJj/ ' Bruce C. DeHart Attorney-in-Fact PRINCIPAL: Pate rothers Construction, Inc. DOUGLAS BISBALLE, VICE PRESIDENT MB - 2 I IIIIIIIIIIIIIIIIIIM LIFE 6 CASUALTY THE /ETNA CASUALTY AND SURETY COMPANY Hartford. Connecticut 06156 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(SHN-FACT KNOW ALL MEN BY THESE PRESENTS. THATTHE ATNA CASUALTYAND SURETY COMPANY, S corporation duly organized underthe lama( the State of Connecticut. and having its principal office in the City of Hanford, County of Hanford. State of Connecticut, heth made, constituted and appointed. and does by these presents make, constitute and appoint Ronald E. Elsey, Bruce C. DeHart, Edward L. Moore, Charles N. Elsey or Michael D. Hawkes - - of Humble, TBK88 , In true and lawful Attorneypl•in-Fact, with full power and authority hereby conferred to sign, "scuts and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there daig- nand , the following inat®mends): by his/her sale signature and an, any and all bonds. recognitancec contracts of indemnity, and other wrifings obligatory in the nature of a band. recognizance, or conditional undertaking, and any and all consents incidents thereto . and to bind THE .ETNA CASUALTY AND SURETY COMPANY, thereby as Fully and to the same "tent as it the same were signed by the duly authorized offinrs of THE A7NA CASUALTY AND SURETY COMPANY, and all the and of said Altorateylal-in-Fact, pursuant to the authority herein given, are hereby rallied and confirmed. This appointment is made under and by authority of the following Standing Resolutions of Mid Company which Resolutions are now in full force and Sheer VOTED: That each of the following officers: Chairman, Vice Chairman, President. Any Executive Vice Presidem, Any Senior Vice President, Any Vice President.Any Anumtsnt Vice President, Any Secretary, Any Assistant Secretary. may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Adornsys•iWitan, and Agents to an for and on behalf of the Companyand maygive any ouch appointee such authority as his eertifiute Of authority may prescribe to sign with the Company's name and Seal with the Company's nal bonds. redopnizances. contracts of indemnity, and other writings obligatory in the nanreot a bond, recognizance. ar conditional undertaking, antl any of said officers or the Board of Directors may at any time amow awry Such appoint" and trake the power and auMariry given him. VOTED: That any bond, recognizance, contract of indemnity. orwriting obligatory in the nature of & bond, recognizance. orconditional undertaking shall be valid and binding upon the Company when IN signed by the Chairman, the Vice Chairman, the President, an Executive Vice President. a Senior Vice President. a Vin President, an Assistant Vice Pmident or by tl Resident Vice President, pursuant to the power prescribed in me certificate of authority at such Accident Vice President, and duly enested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary: or Iof duly executed funds, seal, it r"uired) by one or mare Anorneys-in-Fan pursuant to the power prescribed in his or their certificate or cemRUtes of authority. This Power of Attorney and Content* of Authority is signed and paled by faceirAile under and by authority of the following Standing Resolution voted by the Board of Directors of THE .ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect VOTED: That the signature of each of the following officers: Chairman, Vice Chairman, President. Any Executive Vice President, Any Senior Vice PMidmt, Any Vice President. Any Assistant Vin President. Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any cartlfiGte !elating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Afforness-in•Faa for purposes only of executing and an"ting bonds and undertakings and oche, writings obligatory in the nature thereof, and any Such power of aROmay or Certificen Gahng men facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power sex executed and cenified by Such facsimile signature and facsimile semi shall be valid and binding upon me Company in the future with compact to any bond or undertaking to which it Is attached. IN WITNESS WHEREOF, THE ETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by in Senior Vice President and in corporate seal to be hereto affixed this day of June 19 92 25th / THE CASUALTY AJID SURETY COMPANY (1\~, f 8IF Stan of Connecticut µ Hanford J seph P. Kiernan County of Hartford Senior Vice President this tO m. kna2v5mt who. ~n fbyJunme d euty sworn, did dopes. 1 nd2aY: Illb fore e I personally came JOSEPH P. KIERNAN Senior Vice President of THE ArrNA CASUALTYANO SURETY COMPANY, Me corporation described in and which execrated the above inmtrummr that be/she knows the teal of aid corporation: thatme seal Smxed to the said instrument des such comema col: and that he/she "aerated the Mid instrument on behalf of the corporation by authority of his/her office under the Standing Resolutiana Thereof. CERTIFICATE °~e M wmmnr,an oawes M b, 19 93 Y NOIary Public •`''~,s Dorothy L. Hart. . I, the undenigned. Secretary of THE, ETNA CASUALTY AND SURETY COMPANY, astock corporation of the Stan of Connecticut. DO HEREBY CERTIFY thatthe foregoing and attached Power of Attorney and Cnifrcale of Authority remains in full lorce and has not been revoked: antl furthermore, that the Standing Resolutions of the Board of Directors, as Set form in the Certificate of Authority, are now in laree. Signed and Sealed at the Home Office It the Company. in the City of Hartford, State Conn L led IM .5 ` 12th May is ic tier of By e etary IS•a9rt11N1z-9e, MINTED IN U 9.A 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 endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted:. o Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the CI - 1 contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. o Liability policies shall be endorsed to provide the following: oo Name as additional insured the City of Denton, its officials, Agents, Employees and volunteers. oo 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. o All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. o 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. o 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. o Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: CI - 2 [X] General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 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: o Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. o Coverage B shall include personal injury. o 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. o Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than $1,000,000 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. (ISO Form CA 0001 Current Edition) [X] 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 CI - 3 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. CI - 4 Te&alev•Lane Utility Relocation - Water BID TABULATION SHEET WORK DAYS See Bid Summary BID NO. 1493 PO NO. ITEN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12-A 16" Water Line 8852 LF $ 1/0,22/LF $356,027.41/ 2.12-B 12" Water Line 10 LF $ 25.08/LF $ 250.80 2.12-C 10" Water Line 10 LF $ 22.^l//LF $ 229,10 2.12-D 8" Water Line 981 LF $ 28.18/LF $ 24,429.38 2.12-E 6" Water Line 32 LF $ 11.52/LF $ &7-4.(04 6.4-A 27" Bore & Pressure Grout 620 LP $ 1764Z/LF $105, 908: 410 6.4-B 30" Bore 370 LF $ (yg,7y/LF $ 73,533.80 2.12.9-A 30" Gauge 7 Steel Casing 460 LF $ 70.k5/LF $ 32js91.00 2.12.9-B 14" Gauge 7 Steel Casing 393 LF $ ~/O,D7/LF $ /5j7H~z 5-1 2.13.1-A 16" Gate Valve 6 EA $ y,1Y?.58/EA $ Z9, 691• N8 2.13.1-B 12" Gate Valve 2 EA $ 820.68/EA $ /1041,74 2.13.1-C 8" Gate Valve 8 EA $ 5d5.o4,/EA $ 1f, 2flo•'/g 2.13.1-D 6" Gate Valve 2 EA $ 926.76/EA $ ?53.52 2.14 Fire Hydrant 6 EA $ 1151D.CgEA $ %1043, 7Z SP-42 Remove Valve 8 EA $ 173.0(,/EA $ 1) 38.4,1/8 SP-40A Cut and Plug Water Line 7 EA $a01.4(c/EA $ 2,110. 22- SP-2 Concrete Saw Cut 699 LF $ 1.14/LF $ /,,3 70,01/ 3-B - Remove Curb and Gutter 25 LF $ 3,31//LF $ 83.75 3-A Remove Concrete Paving 329 BY $ 1/.47/SY $ /14 70.63 3-c Remove Walks and Drives 8 SY $ 4.47/SY $ 3 5.76 SP-43 Remove X-Tie Retaining Wall 135 LF $ 7.82/LF $ /,oT5.70 2.13.1-E Air Release Valve 1 EA $ Z,3oo,oq/EA $ Z,a00.00 P - 3A Teasley Lane Utility Relocation - Water BID TABULATION SHEET BID NO. 1493 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3-A1 Remove Concrete Rip Rap 9 BY $ q.y71SY $ 40.23 8.2-B Remove & Replace Concrete Border 115 LF $ 21. 21/LF $ 2,43N.'S 8.2-A Concrete Curb and Gutter 10 LF $ 18.94/LF $ 189.90 8.3-A 4" Concrete Sidewalk 8 SY $ 23.331SY $ /8fo.4y 5.8-A 6" Concrete Pavement 329 BY $ 37.961SY $12,ves.8q SP-45 Asphalt Curb and Gutter 10 LF $ IY-15/LF $ 189.&D 5.7-A Type D Asphalt Patch Material 100 Ton $ 32.38/Ton $ 3,238.00 SP-37 Excavation Protection 8630 LF $ 0,10/LF $ 8'67.00 1.21 Contractors Warranties and Understandings LS $ 111,65/LS $ b6 3.1 Preparation of Right-of- Way LS $ l ~l • b 6-/LS $ /11. 6 5 SP-10 Rock Excavation 100 CY $ 111,45/CY $ /1,145,00 2.12.8 Ductile Iron Fittings 1500 LB $ I-TS/LB $ 1y,776.ao 8.1 Barricades, Warning Signs and Detours LS $ 2,Z97:7&/LS $ 2,297,76 3.12 Temporary Erosion Control LS $ 75/LS $ 75 SP-39 Project Signs 2 EA $ 362,8(,/EA $ 725.72. 2.16-A 2" Water Service 6 EA $ 7.411.2-1 /EA $ 3, 499.05 2.16-B 1" Water Service 1 EA $ 918.41 /EA $ 1, P36.98 3.10.7 Hydromulch 39 BY $ 1,67 /SY $ /.S,13 Labor and Materials Incorporated into Project $,S$4) dfa9.I other $ 1y0, 111 ?2 ' TOTAL $771, 741.71, P - 4B Teasley-Lane Utility Relocation - Sewer BID TABULATION SHEET WORK DAYS See Bid Summary BID NO. 1493 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12-F 18" Sanitary Sewer 540 LF $ 32.39/LF $17,490.60 2.12-G 15" Sanitary Sewer 840 LF $ U. Ss/LF $d3, 98z. oo 2.12-H 12" Sanitary Sewer 4624 LF $ Zy.79/LF $llylb2Y.9L 2.12-B1 12" Force Main 3935 LF $ 24.g7/LF $ qg/z s(,ys 2.12-E1 6" Force Main 1238 LF $ 114.63/LF $ /8, ///,9A1 2.12-J 8" Sanitary Sewer 1107 LF $ 24.23/LF $ dblv~0.61 2.12-K 8" SDR-26 Sanitary Sewer 1247 LF $ Z5.3o/LF $ 3/,s 49.10 6.4-C 16" Bore and Pressure Grout 537 LF $ 146.2-&/LF $ 76,541.b2. 6.4-D 10" Bore and Pressure Grout 80 LF $ 113.88/LF $ 9,1/0.40 7.6-A 4' Concrete Manhole 21 EA $ 22/.0j/EA $ zs,0.vi. 6.3 7.6-B 4' Drop Manhole 1 EA $ 27b.Z(,/EA $ /1271,,86 7.6-8 5' Drop Manhole 1 EA $ 1IS$5.1//EA $ gs.S.9/ 7.6-C 5' Concrete Manhole 6 EA $ 506.of/EA $ 000.6'/ 7.6-D Offset Manhole 2 EA $ Z43.sa/EA $ 2,5-2&.6,y 7.6-E 6' Concrete Manhole 1 EA $ 2,M45.0z/EA $ 21'4q&. 02 SP-41 Remove Manhole 6 EA $ 6194.08/EA $ 3/6L4.g9 SP-8 Abandon Manhole 4 EA $ 6 68.7y/EA $ Z,(.a4.96 SP-31 Break Into Existing Manhole 4 EA $ 453.18/EA $ /1Y12.7 2 SP-40B Cut and Plug Existing Sewer 15 EA $ Z S/.LI/EA $ 3,7&8.)S- 3-B Remove Curb and Gutter 112 LF $ 3.35 /LF $ 376.21) 3-A Remove Concrete Pavement 241 SY $ N•47/SY $ /107.7.2'7 SP-4 Waterline Lowering 5 EA $ /,21'(.10/EA $ (,1070.6e P - 5A WORK DAYS See Bid Summary BID NO. 1493 Teasley Lane Utility Relocation - Sewer PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3-C Remove Walks and Drives 177 BY $ 2/.4 7/SY $ 791.191 8.2-B Remove and Replace Concrete Border 85 LF $ 21.21/LF $ /~g02,fiS SP-47 Relocate Meter and concrete Vault 1 EA $ 3,07D.3$/EA $ 3,070. 3B 8.15-B Remove and Replace Concrete Flume 3 SY $ 49,131SY $ 147.39 SP-45 Asphalt Curb and Gutter 65 LF $ 30.15/LF $ /I9 67.75 5.7-B 2" Type D Asphalt Sidewalk 30 BY $ /y.s//SY $ 435.30 SP-2 Concrete Saw Cut 1,107 LF $ /LF $ 8 49. b7 8.2-A Concrete Curb and Gutter 47 LF $ 40.10 /LF $ q H4.76 5.8-A 6" Concrete Pavement 365 SY $ y1.3i /SY $/5,078./5 8.3-A 4" Concrete Sidewalk 47 BY $ 2 3.33 /SY $ 1, 09 &.51 5.7-A Type D Asphalt Patch Material 101 Ton $ 30.+5 /Ton $ 3, 0116.1.5 4.5 6" Flex Base 178 Sy $ 5.35 /BY $ 952.30 3.10.7 Hydromulch 1,404 SY $ 1.12. /BY $ 1,572.45e SP-37 Excavation Protection 12,910 LF $ D•09/LF $ 1(.1.90 SP-10 Rock Excavation 100 CY $ /1/.GS/CY $ 1/1/b`~•00 SP-44 Miscellaneous Sprinkler System Adjustments LS $ ggy,05/LS $ I, Y98.05' 1.21 Contractors Warranties and Understandings LS $ Il 1. b !r/LS $ Ill. (,S- 3.1 Preparation of Right-of- Way LS $ ill.frS-/LS $ ill. bS 8.1 Barricades, Warning Signs, and Detours LS $ llobo.D0ilLS $:1,000-00 3.12 Temporary Erosion Control LS $ ;194V.65/LS $ 7,344. bS SP-39 Project Signs 1 EA $ J/P.2o/EA $ 318.20 2.12.9-8 14" Gauge 7 Steel Casing 346 LF $ 29.03/LF $/0,04H.38' P - 6 WORK DAYS See Bid Summary BID NO. 1493 Teasley Lane Utility Relocation - Sewer PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12.9-C 20" Gauge 7 Steel Casing 100 LF $ 33.Sa/LF $ 3,390.00 WS-11 Sewer Services 5 EA $ ///.4f/EA $ 65-9,15 7.4.5 Class A Concrete 4 CY $ 78•/(b/CY $ 312.&Y SP-3 Reinforcing Steel 225 LB $ 0.25 /LB $ .J(o.ZS SP-46 Remove Concrete Headwall 1 EA $ /NS.)5/EA $ /45•/6 Materials and Labor Incorporated into Project Sy~g/5pz 1 other $137 /oy.y/ TOTAL $.§y5j G &b.6 P - 7 WORK DAYS See Bid Summary Teaslev Lane Utility Relocation - Electrical BID NO. 1493 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL E-1 71x7'Concrete Manhole 7 EA $'7,033.q S/EA $H$z37.&5 E-2 Main Duct Bank 1,232 LF $ 39.bd'/LF $ 4>t, 805.76 E-3 6" Schedule 40 PVC Conduit 4,848 LF $ /7.03/LF $ sr 2,sb/.Vy E-4 4" Schedule 40 PVC Conduit 4,150 LF $ 1a.491LF $ +x33.50 E-5 2" Schedule 40 PVC conduit 2,249 LF $ 7 /LF $ 26,245.83 E-6 1" Schedule 40 PVC Conduit 2,390 LF $ /1.43 /LF $ L7, 3/7.70 E-7 18" Gauge 7 Steel Casing 1,138 LF $ ,x/44 /LF $ 36, s 33.92 E-8 12" Gauge 7 Steel Casing 645 LF $ 2,7. 37/LF $ 17,653.6 6.4-E 18" Bore 656 LF $ 71.9-5 /LF $ 100, 066. F0 3.10.7 Hydromulch 100 SY $ /,/2 /SY $ /12, 0o SP-37 Excavation Protection 1,570 LF $ 0.33,/LF $ SI fr. IO SP-10 Rock Excavation 100 CY $ 2.00/CY 200.00 SP-44 Misc Sprinkler System Adjustments LS $/,339.80/LS $1,339.9'0 1.21 Contractors Warranties and Understandings LS $ 1(/,4Sr LS $ ~,r- 3.1 Preparation of Right of way LS $ ///.65/LS $ III.LS 8.1 Barricades, Warning Signs and Detours LS $ V. 75-/ LS $7V, 79- 5.7-A Type D Asphalt Patch Material 87 TN $ 30.15-/TN $2,62 3.0's- 3-A Remove Concrete Pavement 140 BY $ 4.47 IBY $ 62s•&a 5.8-A 6" Concrete Pavement 140 BY $ //1.31/SY $ 5/783, U0 SP-2 Concrete Saw Cut 770 LF $ y, 19 /LF $j ,126.30 Materials Plus Labor Incorporated into Project $,Z9g 82/.73 Other $ 1(7 6'3/.0 TOTAL $ /a l G, 3527.5 P - 8 BID SUMMARY 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. korl Seal & Authorization 0~ ! (If a Corporation) Telq hone B - 1 Street Address dity ante BID SUMMARY Teasley Lane Utility Relocation Work Days Bid 1) Water 572 /,781.7lo 2) Sewer 7 $545~fh.(P 3) Electrical $'1/b, 3Sz,7S Grand Total 65 51.686,gz/./,y All portions of this project will be awarded to one contractor. Bid prices are being separated for internal bookkeeping purposes only. This project (water, sewer, and electric) is to be substantially complete by August 1, 1993. After that date, only testing, tie-ins, and cleanup items are to remain. Due to the short time frame on this project, Saturday and Sunday work will be required. Sunday, July 4th and Monday, July 5th will not be counted as work days. Weather will be a consideration in counting days, however, the contractor must keep in close communication with the inspector so there is no confusions over what constitutes a bad weather day. The bore and casing under I-35 is first priority. The contractor may have crews working on other locations of the project but must have a crew on this bore first thing. Completion of the Electrical duct system between I-35 and Londonderry must be completed early in the project so that City of Denton Electrical Utilities can begin tie over of existing facilities as soon as possible. Construction shall be underway no later than May 17th, 1993. B - 2 ~ Certificate of Insurance ,Q1 Hit CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. PATE BROTHERS CONSTRUCTION, INC. 780 W. MANSFIELD KENNEDALE, TX 76060 Name and Address of Insured LIBERTY MUTUAL a is, at the date of this certif icate, insured by the Company under the policy(ies) listed below. The 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 any contract or other document with respect to which this certificate may be issued. CERTIFICATE EXP. DATE • r_JCONTINUOUS TYPE OF POLICY []EXTENDED POLICY NUMBER LIMIT OF LIABILITY ]POLICY TERM COVERAGE AFFORDED UNDER EMPLOYERS LIABILITY WC LAW OF THE FOLLOWING Bodily Injury dent Each STATES: $1,000,000 Accident WORKERS Bodily Injury seaee Policy COMPENSATION 12/1/93 WC2-191-086451-022 TX $1,000,000 Limit Limit Bodily Injury By Disease Each $1,000,000 Person General Aggregate - Other than Products Completed Operations GENERAL LIABILITY $2,000,000 ProducwCompleted Operations Aggregate nCLAIMS MADE 12/1/93 YY2-191-086451-042 $1,000,000 RETRO DATE Bodily Injury and Property Damage Liability Per $1,000,000 Occurrence Personal and Advertising Injury Per PerenN $1,000,000 Organization &]OCCURRENCE Other: Other: AUTOMOBILE LIABILITY Each Accident - Single Limit - $1,000,000 B.I. and P.D. Combined DOWNED 12/1/93 AS2-191-086451-012 Each Person nx NON-OWNED Each Aoeidim or Occurrence nX HIRED Each Accident or Oocu ence OTHER UMBRELLA 12/1/93 TH1-191-086451-032 $2,000,000 Bodily Injury, Property Damage, Personal EXCESS Injury & Advertising Injury Liability LIABILITY $2,000,000 General Ag negate (Other than Products/ ADDITIONAL COMMENTS •••r•---- -r-•--•_.._ This insurance applies separately to each insured against $2.000,000 Products/Completed Operations whom claim is made or suit is brought. All insurance fs Aggregate Limit WAIVER OF SUBROGATION IN FAVOR OF: The City of primary to any other insurance available to the additional Denton, its Officials , Agents, Employees and insured with respect to o claims ims covered under the policy. tIplu es for anwork the City Bid p1493-Teasley Lane Utility Relocation Tba AteamnA Tne„rely performed for y by * IF THE CERTIFICATE EXPIRATION DATE IS CONTINUOUS OR EXTENDED TERM, YOU WILL BE NOTIFIED IF COVERAGE IS TERMINATED OR REDUCED BEFORE THE CERTIFICATE EXPIRATION DATE. HOWEVER, YOU WILL NOT BE NOTIFIED ANNUALLY OF THE CONTINUATION OF COVERAGE. - SPECIAL NOTICE • OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT H~E~IIS~FFA~CIILLEITATTIpNGpA FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTYDTFD T TI (1NALN I NSl1RE0: NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS A ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: CERTIFICATE The City of Denton HOLDER Purchasing.Department 901-B Texas Street Denton, Texas 76201 The City of Denton, its Officials, Liberty Mutual Agents, Employees and Volunteers. Insurance Groul a,1A ~ AA nn-- AUTHORIZED REPRESENTATIVE 5/10/93 mcd Irvin DAM ISSUED OFFICE This certificate Is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by Those Companies BS 772Ra