Loading...
1992-152 ORDINANCE 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 ANEFFECTIVE 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 1403 Linder-Stahl Construction Co. $ 54,710.00 1412 Circle "C" Construction 331,949.50 1412 Atkins Bros. Equipment 92,984.00 1420 Wesco 13,920.00 1420 Temple 20,500.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid 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 approval. PASSED AND APPROVED this the/~day of~,1992. BOB CASTLEBERRY, MA~ ~ ATTEST: JENNIFER WALTERS, CITY SECRETARY DEBRA A. D~A¥OUI-~H~ CITY ATTORNEY DATE: SEPTEMBER 15, 1992 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1403 - CAST-IN-PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE RECOMbIENDATION: We recommend this bid be awarded to the only bidder, Linder- Stahl Construction Co. Inc. in the total amount of $54,710.00. S~RY: This bid is for all labor and materials necessary for construction of a cast-in-Place concrete platform and installation of a chainlink fence at the Ray Roberts Dam. This Project was estimated at $70,000.00. One bid proposal was received in response to eleven notices mailed. BACKGROUND: Tabulation, PUB Minutes. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Tabulation sheet, PUB Minutes. FISCAL IMPACT: Budgeted Revenue Bonds Account #612-080-RB90-9246 balance $1,034,157.00. Lo Spectfully submitted: yd V. Harre]}~ City Manager Prepared by: Name: Demse Harpdol Title: Senior Buyer Approved: Name: Toni D. Shaw, C.P.M. Title: Purchasing Agent BID # 1403 BID NAME CAST-IN-PLACE CONCRETE LINDER-STAHL PLATFORM CONSTRUCTION OPEN DATE 7-16-92 # QUANTITY I DESCRIPTION VENDOR 476 LF ICHAIN LINK FENCE IUNIT PRICE $12.00 ITOTAL $5,712.00 2 8-FOOT GATES PRICE PER GATE $774.00 176 LF CAST-IN-PLACE CONCRETE UNIT PRICE $274.00 TOTAL $48,224.00 DAYS TO COMPLETE PROJECT 30 DAYS ALL OTHER CHARGES X TOTAL $54,710.00 BID BOND YES EXCERPT PUBLIC UTILITIES BOARD MINUTES August 19, 1992 12. CONSIDER APPROVAL OF BID #1403 IN THE AMOUNT OF $54,710 FOR CONSTRUCTING CONCRETE FISHING PLATFORM AND INSTALLATION OF CHAINLINK FENCE AT RAY ROBERTS DAM. Harder and Nelson presented this item lvin recommendation of approval to Llnder-Stahl Cons~ruc~n'~ff Inc., in the amount of $54,710 for construction of a cast-in- place concrete platform and installation of a chatnlink fence at Ray Roberts dam. Coplen made a motion to approve subject contract in the not- to-exceed amount of $54,710; second by Laney. All ayes, no nays, motion carried· DATE: SEPTEblBER 15, 1992 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1412 - PAYNE & PEAK STREET WATER SEWER RECOMbIENDATION: We recommend this bid be awarded to the lowest bidders by section as follows: A. Replace Miscellaneous Water Lines - $265,510.00 - Circle "C" Construction B. Payne Dr. 12" Waterline - $66,439.50 - Circle "C" Construction C. Peak Street 8" Sewer Line - $92,984.00 - Atkins Bros. Equipment SUMMAR~Y: This bid is for all labor and materials to replace Waterlines and the Peak Street Sewer Line. These projects are $26,255.00 under the budgeted figure. 14 bid proposals were received in responses to 41 notices mailed. BACKGROUND: Bid tabulation, PUB Minutes. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Water & Sewer Utilities, Utility Customers of the City of Denton. FISCAL IMPACT: Capital Improvements Project FY91 account #620-081-R102-8550. //~s~ectfully.submitt,d: ~~Lloyd V. ~ City Manager Prepared by: 'Name: Denise Harpo41 Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 265.agenda NORTH CITYofDENTON, TEXA$ MUNICIPALBUILDING / 215E. McKINNEY / DENTON, TEXAS76201 MEMORANDUM DATE: August 24, 1992 TO: Jerry Cosgrove, P.E. Engineering Administrator FROM: David Salmon, P.E. Senior Civil Engineer SUBJECT: Replace Misc Waterlines 1991 Payne Drive Waterline Peak Street Sewer Circle C Construction was the low bidder on Replace Miscellaneous Waterlines 1991 and Payne Drive Waterline. Their bid of $265,510.00 on Replace Waterlines 1991 and $66,439.50 on Payne Drive Waterline fall well below our estimates. Circle C Construction as you remember constructed the 1990 CIP waterlines. There were no significant problems that occurred during that project and it appears that they performed high quality construction. We recommend that the Utility Department accept this bid. The low bidder on Peak Street Sewer was Atkins Brothers Equipment. Their bid of $92,984.00 is about seven percent higher than our estimate. The first iow bid on this project was over $128,000, so rebidding was extremely advantageous. Atkins Brothers constructed the 1989 CIP Waterlines with no major problems during construction. We would recommend you accept this bid also. David Salmbn Senior Civil Engineer AEE0019D EXHIBIT V DATE: SEPTEMBER 15, 1992 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1420 - DISTRIBUTION TRANSFORMERS RECOMMENDATION: We recommend this bid be awarded to the low bidders meeting specifications as listed below: ITEM 5 - WESCO $13,920.00 ITEM 6 - TEMPLE, INC. $20,600.00 SUMMARY: This bid is for two (2) 500 KVA padmount transformer for Exposition Mills and one (1) 2500 KVA padmount transformers for the Water Treatment Plant. Ten bid proposals were received in response to 20 bid packages mailed. BACKGROUND: Tabulation sheet, Memorandum George Pool. PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division, Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted Funds for 1991 Electric Distribution account #610-080- 0252-9222 balance to date $323,744.13 for Item 5 and for Water Production account #620-081-0460-9107 balance to date $43,028.00. City Manager Prepared by: Name: Denise Harpool ' Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 268. agenda CITY of DENTON MUNICIPAL UTIL1T A Texas Street/Denton,TX 76201 TO~ Tom Shaw, Purchasing Agent FROM:~. George Pool, Electric Engineering Associate DATE~ September 9, 1992 SUBJECT~ BID NUMBER 1420 The Electric Engineering Department recommends the approval of the following bidders for the items below: Item %5: Two 500 KVA; 120/208 volt loop feed padmounted transformers to the low bidder Wesco, at a total cost of $13,920. Item 06: One 2500 KVA, 4160/2400 padmount dead front transformer to Temple, Inc. for a total cost of $20,500. The low bidder Wesco did not meet the specifications. They bid a live front secondary voltage transformer, while the specifications call for a dead front transformer. Item 05 will be used at Exposition Mills, and Item 06 is for the Water Treatment Plant. Please contact me if you require any additional information. A copy of the loss cost transformer evaluation was provided. JP:tn 09092001 LOSS/COST EVALUATION OF A 2500KVA PADMOUNT, 4160/2400 TRANSFORMER 9-8-92 MADE NL LL BID CALCULATED BIDDER BY _OSSES LOSSE,' %Z COST COST CUMMINS NB POLELINE NB TECHLINE NB WESCO ABB 3450 10100 5.65 $20~850.00 $120~273.36 TEMPLE GE 2596 12117 5.7 $20,500,00 $121 ~064.88 STUART SQURE D 2886 16117 5.75 $23,000.00 $143,677,61 VAN TRAN VAN TRAN 2350 14000 5.75 $25~930.00 $144~109.36 SESCO SESCO 4800 21000 5.75 $25,577.00 $177,735.65 LOSS/COST EVALUATION OF A 500KVA PADMOUNT, 120/208 LOOP FEED TRANSFORMER 9-8-92 I MADE NL LL BID 3ALCULATED BIDDER BY .OSSES LOSSE,~ %Z COST COST TECHLINE HOWARD 849 4185 $6,441.00 $39~406.76 PRIESTER COOPER 984 4035 5.25 $7~007.00 $41~542.30 POLELINE PAULS 721 3919 3.39 $7~524.00 $41 ~563.87 CUMMINS PAULS 721 3919 $7~694.00 $42~138.47 VAN TRAN VAN TRAN 820 4128 5.75 $8,022.00 $44,420.26 SESCO SESCO 1300 5600 5.75 $8,479,00 $53,105,11 STUART SQURE D 1138 7864 5.75 $12,500,00 $73,027.41 TEMPLE GE 2596 12117 5.7 $7~500.00 $77j 124,88 " /"""'; e;, CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this ~ day of SEPTEMBER A.D., 19 92, by and between CITY OF DENTON of the County ~of DENTON LLOYD V. HARRELL hereinafter termed .OWNER,. and and State of Texas, acting through thereunto duly authorized so to do, LINDER-STAHL CONSTRUCTION CO.. INC.. P.O. BOX 9072, FORT WORTH, TEXAS 76147 of the City of and State of FT WORTH TEXAS , County of , hereinafter TARRANT termed .CONTRACTOR.. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to b~ 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 it 1403 - CAST-IN-PLACE CONCRETE PLATFORM AND CBAIN LINK FENCE in the amount of $54.710.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to( Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and CA-l 0114s '. \// other drawings and printed or written explanatory matter thereof, Specifications therefore, as prepared by and the CITY OF DENTON ENGINEERING STAFF , , all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. ' Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or( prices shown in the proposal, which forms a part of this contract, such' payments to be subject to the General and special Conditions of the Contract. CA-2 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: /}"/lIk-IJa/LM~ ATTEST: ~{~ LINDER-STAHL CONSTRUCTION INC. CONTRACTOR ~2 /J . By 1f!e~/~ -~~ itle -n ,/ -r I{"~''A-t'' '" I (SEAL) " APPROllED---AS" TO . --" ! // \ CA-3 0114s PERFOR1lANCE BOND STATE OF TEXAS )( COUNTY OF DENTON ) ( County of as PRINCIPAL, KNOW ALL MEN BY THESE PRESENTS: That LINDER-STAHL CONSTRUCTION INC. , of the City of FORT WORTH TARRANT , and State of TEXAS and WASHINGTON INTERNATIONAL INSURANCE COMPANY - , as SURETY, authorized under the laws of on bonds for principals, are held and firmly the State of Texas to act as surety bound unt 0 the CITY OF DENTON as OWNER, in the penal sum of FIFTY FOUR THOUSAND SEVEN HUNDRED TEN AND no/100----- Dollars ($ 54,710.00 ) 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 --..!2.. day of SEPTEMBER , 1992 , for the construction of BID it 1403 - CAST-IN-PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE in the amount of $54.710.00 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and 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; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in 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 anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this inlltrument this 21st day of September , 19..2L.. LINDER-STAHL CONSTRUCTION CO., INC. Principal WASHINGTON INTERNATIONAL INSURANCE COMPANY Surety By ~~A1r~~ ~TraCY Tucker Title 0e>>5:/t;""r- Title Attorney-in-fact AddressP, o. Box 9072 Address P.O. Box 11428 Fort Worth. TX 76147 (817) 735-4162 Fort Worth. TX 7nll0 (817) 921-1433 ( SEAL) (SEAL) , -' The name and address of the Resident Agent of Surety is: Tracy Tucker 2465 Forest Park Blvd., Fort Worth, TX 76110 (81]) 921-1433 \ NOTE: Date of Bond must not be prior to date of Contract. PB-2 009lb PATIlENT BOND STATE OF TEXAS )( COUNTY OF DENTON )( KNOW ALL MEN BY THESE PRESENTS: Tha t LINDER-STAHL CONSTRUCTION INC. of the City of FORT WORTH County of TARRANT , and State of TEXAS , as principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON , OWNER, in the penal sum of FIFTY FOUR THOUSAND SEVEN HUNDRED TEN and no/l00---------------------------------- Dollars ($ 54,710.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: m1EREAS, the Principal has . with the Owner, dated the 15 day of entered into a certain written contract SEPTEMBER 1992 BID #1403 _ CAST-IN-PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE in the amount of $54.710.00 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 prosection 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 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, ~lteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the sealed this instrument this 21st day of said Principal and September Surety , 19 have signed and 92 LINDER-STAHL CONSTRUCTION CO., INC. Principal WASHINGTON INTERNATIONAL INSURANCE COMPANY Surety BY~~~~ d~, Tucker Title ~~)A",r Title Attorney-in-fact Address P. O. Box 9072 Address P. O. Box 11428 Fort Worth, TX 76147 (817) 735-4162 Fort WorTh TX 7nl10 (817) 921-1433 (SEAL) (SSAL) The name anti address of the Resident Agent of Surety is: Tracy Tucker 2465 Forest Park Blvd., Fort Worth, TX 76110 (817)921-1433 " PB-4 0092b !.lAINTENANCE BOND STATE OF TEXAS )( COUNTY OF DENTON )( KNOW ALL MEN BY THESE PRESENTS: THAT LINDER-STAHL CONSTRUCTION INC. as Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of FIVE THOUSAND FOUR HUNDRED SEVENTY ONE AND no/l00__________________________Dollars ($5.471.00 ), 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said LINDER-STAHL CONSTRUCTION INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1403 - CAST-IN-PLACE CONCRETE PLATFORM AND CHAIN LINK FENCE 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 here1:y expressly incorporatd herein by referen~e and made a part hereof as though the same were written and set out in full herein, and: ~IHEREAS, 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 l'lay 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 accordance with said contract and supply such materials and charge the same against the said Contr~ctor 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. MB-1 0093b 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. CO., INC. these presents to be executed by and the said ~WASHINGTON INTERNATIONAL INSURANCE COMPANY as surety, has-c:.iused these presents to be executed by its Tracy Tucker and the said Attorney-in-Fact this ~tday of September , 19 --2L' IN WITNESS WHEREOF the said LINDER-STAHL CONSTRUCTION as Contractor and Principal, has caused Attorney-in-Fact has hereunto set his band SURETY: PRINCIPAL: WASHINGTON INTERNATIONAL ~ Attorney-in-Fact TNSURANCE COMPANY LINDER-STAHL CONSTR~IO~CO.. ~NC. ~~Cl~ ~e~)~?1f,f- ! '/ '. -./ " , ,- \ MB-2 0093b General WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and existing under the laws of the State of Arizona, and having its principal office In the Village of Schaumburg, Illinois, does hereby constitute and appoint * * .. TRACY TUCKER AND DELBERT TUCKER . . * . Its true and lawful attorneyC.).ln-fact to execute, ..al and deliver for and on It. behalf a. .urety. any and all bonds and undertaking., recognizance., contract. of I_ltyand other writing. obligatory In the nature thereof, which are or my be aLLowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of .uch Inst.......,t<.) In pJr.uanee of these present., shall be a. binding upon the uid Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by It. President at it. principal office. This Power of Attorney shall be limited in amount to $1,000.000.00 for any .Ingle obligation. Thl. Power of Attorney I. I..ued pJr.uant to authority granted by the resolutions of the Board of ~irector. adopted February 4, 1976, and January 17, 1984, which read, In part, a. follows: 1. The President ...y appoint AttorneYS'ln-Fact, and authorize them to execute on behalf of the Coq>any, and attach the Seal of the Ccrrpany thereto, bonds, and U"dertaldngs, recognizances, contracts of indelrnhy and other writings Oblig8to~ in the nature thereof, and to appoint Special Attonneys~in~Fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Coapeny, and to remove, at any time, any such Attonney-in-Fact or Special Attorney-in-Fact and revoke the authority given him.1I 2. The signatures of the Chainnan of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secreta~, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or Uldertakfng relating thereto, by facsim'le. Any such Power of Attorney, certificate bond or Lndertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the ca11>8ny. IN TESTIMONY WH~~~""ton International Insurance Ca11>8ny has caused this Instrunent to be .igned and its corporate sealA~'WJ1W 1i.~'H authorized officer, s 16th day of March, 1992. r ~ .......... '''c.C.''t... , ~ ..' ". ~ "I. WASNI T ' INSUllANCE COMPANY !; lCORPORATE\~' ~ 0; SEAL : ~ J ~~ . : I f ~ .... ARIZONA ..' & r STATE OF JLdl\Ou.,l...........~~.:- ti<.">"Is,.* ,,~_.:' COONTY OF cooi:")."........~=---- On this 16th day of March, 1992, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said ConpanYi U'OFPIClAL SEAL" CHiilSTtNE ZARETSKY, N '!ary Public. State of IlIInola Mr Com..lsslon expires 10/7 ~"""" STATE OF ILLINOIS ) COUNTY OF COOIC ) and affixed my Official Seal, the day and year first above IN TESTIMONY WHEREOF, I have hereunto wrf tten. ic 1992 R IFICATE I, the under.lgned, Secratary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA corporation, 00 HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY reosin. In full force and ha. not been revoked, and furtherMOre that Article III, Section 5 of the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Si;ned and sealed in the County of Cook. Dated th ~~f September 19..B.,. Lewis M. Moeller, Secretary , A.~..lIIt. ,eelRll~ICATE QFli' ISSUE DATE (MM/DDJYY) TUCKER AGENCY, INC. P.O. BOX 11428 FORT WORTH, TX 76110 (817) 921-1433 " 9-23-92 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POll IES BELOW, PRODUCER COMPANIES AFFORDING COVERAGE 1-800;';683-9591 COMPANY A B . . C 1 C . LETTER l.tuml.nOUS asua ty orporatl.On INSURED COMPANY B LETTER Lumbermens Mutual Casualty Corporation LINDER-STAHL CONSTRUCTION CO., INC. P.O. BOX 9072 FORT WORTH, TX 76147 COMPANY C LETTER E~-:4~~NY 0 ~~-:4~~NY E COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICies, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MMIDD/YY) DATE (MMfDD/YY) GENERAL LIABiliTY GENERAL AGGREGATE $2,000,000 A x COMMERCIAL GENERAL LIABILITY PRODUCTS.COMP/O? AGG. $ 2,000,000 CLAIMS MADE X OCCUR. CLP2096399 9-23-92 1-13-93 PERSONAL & ADV. INJURY $1,000,000 OWNER'S & CONTRACTOR'S PROTo EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Anyone lire) $ 50,000 MED. EXPENSE (Anyone person) $ 5,000 AUTOMOBilE liABiliTY COMBINED SINGLE $ A X ANY AUTO LIMIT 1,000,000 CAP1766213 9-23-92 1-13-93 All OWNED AUTOS BODILY INJURY (Per person) $ SCHEDULED AUTOS X HIRED AUTOS BODilY INJURY $ X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS liABILITY EACH OCCURRENCE $1,000,000 A X UMBRELLA FORM Binder 7-1-92 1-13-93 AGGREGATE $1,000,000 OTHER THAN UMBRELLA FORM 3BA 021160-00 1-13-92 1-13-93 STATUTORY LIMITS WORKER'S COMPENSATION 500,000 B FOR INFORMATION ONLY, ACTUAL CERTIFICATE EACH ACCIDENT $ ANO 500,000 WILL BE MAILED BY CARRIER DISEASE-POLICY LIMIT $ EMPLOYERS' liABILITY DISEASE-EACH EMPLOYEE $ 500 000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSIVEHIClES/SPECIAlITEMS Name as additional insured the City of Denton, its officials, Agents, Employees and volunteers. CITY OF DENTON 901B TEXAS STREET DENTON, TX 76201 ATTN: LLOYD V. HARRELL latform & chain link fence Ra Roberts Dam C~!lCE"L~TIQN ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAll..l9- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAil SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. JOB: Cast-in- lace concrete CERTIFICATE HOLDER AUTHORIZED REPRESENTATIVE ~ ACORD 25-S 7'90 @ACORDCORPORATlON 1990 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 nqtification 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 o Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the city, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the city. its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. . ~ . no ,,1: Insurance Requirements Page 2 o Liability policies shall be endorsed to provide the following: 00 Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. 00 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 prior written notice of cancellation, reduction in coverage. thirty (30) days non-renewal or 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 REOUIREMENTS: 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: APPROVED 12-18-91 Insurance Requirements Page 3 [x] A. General Liabilitv 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 OOO~ 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 0002 Current Edition and ISO Form GL 0404) shall include at least: o 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. (ISO Form GL is used, it o Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [x] Automobile Liabilitv 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 OOO~ Current Edition) APPROVF.ll l?-lR-Ql Insurance Requirements 'Page 4 [x] Workers comDensation 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 Liabilitv Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the city as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [] Fire Damaae Leaal Liabilitv Insurance coverage is required if Broad provided or is unavailable contractor leases or rents a Limits of not less than required. form General Liability is not to the contractor or if a portion of a City building. each occurrence are [] professional Liabilitv 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. APPROVED 12-18-91 Insurance Requirements . Page 5 [] 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. OOOED ! \ APPROVED 12-18-91 3 LIJ.lDe2.-.s~G Cottsr, Co') IIJC- 10 eo" f(07'l.. BID PROPOSAL "''''''r- IH""rli "rv ..,,- r J'7 r\YIt 1I\ll..r), "I I l'- I t:I q- 1. Material, labor, supervision. tools and equipment necessary for the construction of the Cast-in-Place concrete foundations according to the attached plans. Estimated quantity of cubic yards on concrete: 476 1f. Chain Link Fence DO Unit price $ It.. - If. Total $ 57J2- .aD. Two a-foot gates $ 7740!! /gate 00 Unit price $ }..74-- Total ~1"~4--- X> IAloKILI IJ ~ t>>.~5 / If. Price 176 1f. Cast-in-place concrete Days to complete project All other charges Total $ $ 54;J16 --- The bidder submitting the lowest acceptable bid for performing the new construction project will fill in the blanks when executing the contract. The total bid and the total for the statement of "Materials and Other Charges" should be the same. BP - 1 ot~-I5''G CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON s s ~HIS AGREEMENT, made and entered into this 15 day of SEPTEMBER A.D., 19~, 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 ATKINS BROTHERS EOUIPMENT CO.. INC.. 918 W. MARSHALL. GRAND PRAIRIE. TX 75051 of the City of r.RANn PRATRTE , County of nAT,T.A~ 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 # 1412 - PAYNE & PEAK STREET WATER SEWER in the amount $92,984.00 (SECTION C) 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, written explanatory matter and other drawings and printed or thereof, and the Specifications therefore, as prepared by (,T'I'V n.. nm1'l'm. mIr.:T....I<RTNr. nEPAR'I'MF.N'I' , 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 Dento~, Texas, for the p~rposes of ,income tax, withholding, social secur~ty taxes, vacat~on or s~ck leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the city Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the state of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ~~~ /{ L//,,~ ~ (!Z<j!YfJ~4d~~, ~. By (SEAL) ATTEST: fllr'fii" ;;A P#J/ Jr0d~-nAI6 (S~L) APPROVED AS TO FORM: CA - 3 PERFOR...\1ANCE BOND STATE OF TEXAS COUNTY OF DENTON s s INC. KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROS EOUIPMENT CO., , of the City of r.R"Nn PR"TRTE , and State of TEXAS West American Insurance Company County of D~ as PRINCIPAL, and , 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 NINTY TWO THOUSAND NINE HUNDRED EIGHTY FOUR and nO/l00-------------_____________ Dollars ($ q:> qR4 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 15 day of SEP'I'1<MRI<R 19~, for the construction of BID #141:> - P"VlITl< JO PI<"'" <:'I'RI<I<'I' w"....." SEWER in the amount of $92,984.00 (SECTION C) 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 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal ac~ion 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 anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15th day of September 19~. A'IKINS BROS. EQUIPMENT CO. , By /illL INC. West American Insurance Company Surety ,<7 \ 1 clJI ~ Title Attomey-in-fact Title President Address: 918 W. Marshall Grand Prairie, Tx. 75051 Address: 1638 Osprey DeSoto, Tx. 75115 ~ , (SEAL~ (SEAL) ~ ~ The name and address of the Resident Agent of surety is: Ray'Watson 1638 Osprey DeSoto, Tx. 75115 NOTE: Date of Bond must not be prior to date of Contract. PB - 2 CERTIFIED COpy OF POWER OF ATTORNEY WEST AMERICAN INSURANlCre COMPANY ADMINISTRATIVE OFFICE. HAMILTON. OHIO No. 369 1\1\l1l1l i\1I .lIIIIfU hI! llJllfM :JjffIlfUt.1l: of ;Juthority granted by Article VI. Section 1 of tho That WEST AMERICAN INSURANCE COMPANY, in pursuance By-Laws of said Company, does hereby nominate, constitute and appoint: Roy Watson or Fonda Watson - - - - - - - - - - - - - of Dallas, Texas - - - - - - - liS trllf~ ;:Jnn lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety. and as It<; act and deed any and all BONDS. UNDERTAKINGS. and A ECOGNIZANCES. not exceeding in any single instance ~,IX MILLION - - - - - - - - - - - - - - - - - - - - - - - 1$ 6,000 000.00 -) Dollars, pxdWllnfL howevor, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon ^nd tile (!xccution of '3uch bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, a, fully .:Jnd umpty, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected offlC('r:'; of the Company at its office in Hamilton. Ohio. in their own proper persons. I hry 8IJthority granted hereunder supersedes any previous authority heretofore granted the above Ilamed attorney(s}-in-facto ,"""'''''''1" "",~~,\ 'II$/jl/"~', ,-'';:' .' . !p"-', . '-.:"'v ...,~'POh~o.t<",\ '-,~':;" ~\-;.~ :.;.:.- 1923 o'.';~ .,.' ,..:Sf ,(' '. "',-" '?"/IIJCRll\~,,,," '."",,,..." IN WITNESS WHEREOF, the undersigned officer of the said West Amerlo,n Insurance Company has hereunto subscribed his name ',and affixed the Corporate Seal of the said West American Insurance Company t\hiS '8);]1-1 -'J~...Pj /1 ~~ary,/ 19 88. y(;,~i/XfX?~",</ o 0 . . . . . j;}#:~ 0 . . 00 0 . ~o 0 . . 0 0 000 0 000 . 0 . 0 . 0 . . , . I , Asst. Secretary ST^F OF OHIO, c:nU~TTY OF BUTLER } ss. On this 8th day of February A, D, 19 88 before Ih0 suhscriber. <) Notary Public of the State of Ohio. in and for the County of Butler. duly commissioned and Qualified, cama Tl10111aS W. Hi ldebrand, Asst. Secretary - - - - of WEST AMERICAN INSURANCE COMPANY, to me pn1,onillly known to bp. the individual and officer described in. and who executed the preceding instrument. and he acknow- IndCJI}(1 thl) execution of tho same. and being by me duly sworn deposeth and saith. that he is the officer of the Company .lfnrn~nid. nnd that the seal affixed to the precoding instrumont is the Corporate Seal of said Company. and the said Corporate ';n.i1 und his signatJre as officer were duly affixed and subscribed to the said instrument by the authority and direction of the ,;"id Corporation. ",\\\"l1lurlt',!/~1. ~"/''\o.",\~.1!_t_8-l1 ~~ j! ,<,~I/!i;", ~ ::- ~ :'/.'~~\* ~ ::: ,,:.\~~:, '~ff1~\.f g ~;. ~.;}> ;:~i~'::"~~ $ ';'~,/ c~rjHi;, /o,'~~ "/111/J"llI\\\\\\\\\ IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official Seal at tho City of Hamilton. State of Ohio. the day and year first above written. ~s~~::~~: 'Pub;;c' in and .l~ OU~I~ ~hi~' My Commission exJ; es ..." ,Dec!2J1Jber, ,25.. .1.9.91 . rill, p0wcr of attorney is granted under and by authority of Article VI. Section 1 of the By.Laws of the Company. extracts ffnfll which rend: ARTICLE VI S'~CTION 1, APPOINTMENT OF RESIOENT OFFICERS, The Chairman of the Board, the President, any Vice President, a :~"(;fctilry. or ;my Assistant Socretary shall be and is hereby vested with full power and authority to appoint anyone or more ,.lliT:Jbl') pr:rsons as a resident Vice President or a resident Assistant Secretary. or to appoint attorneys in fact for the purpose "f '>I0ning the name of the corporation as surety or guarantor. and to execute. attach the corporate seal. acknowledge and ~1"1iver any ilnd all bonds. recognizances. stipulations. undertakings or other instruments of surety-ship or guarantee, and pol- Ici('c; 0' in:;ur,lOce to bo given in favor oran individual. firm. corporation. or the official representative thereof. or to any county N ',t<1t'), or any official board or boards of any county or state. or the United States of America. or to any other political sub- divi':iOI1, Thi~; iw;trumcnt is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the C<mlpiJilY on April 24, 1980. RESOLVJ;O. That the signature of any officer of the Company authorized by Articlo VI. Section I. of the By-Laws to appoint ;lttorn0'1S in ('Jet. the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of "Horney und the seal of the Company' may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of th8 Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal. to be valid (lnd binding upon the Company with the same force and effect as though manually affixed. CERTIFICATE I. the 'JIl<lf!rslgncd ASSistant Secretary of West American Insurance Company. do hereby certify that the foreaoina power or 1tto'ncy. Article VI SectIOn 1 of the by-laws of the Company i;lnd the above Ael;iolution of its 60ard of Directors are true ;Flrf CQrrOGt copies and are in full force and effect on this date. IN VvlTr<.JESS WHEREOF, I have hereunto set my hand and the seal of the Company this15tOday of Sept. Ao Do. 1992 ,,''''''''''', .f~~~~ \ MS,~I rJ;:-,.-" ~~::1~) ~~/ Assistant Seoretarv PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON s s KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROS. EQUIPMENT of the City of GRAND PRAIRIE County of D~ , and the State of TEXAS as pr incipal, and West American Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER6 in the penal sum of nol 10 NINTY TWO THOUSAND NINE HUNDRED EIGHT FOUR and Dollars ($ 92,984.00 ) 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 15 day of SEPTEMBER 19 92 BID # 1412 - PAYNE & PEAK STREET WATER SEWER (SECTION C) 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 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. 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 anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15t'L day of September 19~ ATKINS BROS. EQUIPMENT CO. , By iJ71& INC. West American Insurance Company Surety (jr~ M- Title Attorney-in-fact Title President Address: 918 W. Marshall Grand Prairie, IX. 75051 Address: 1638 Osprey DeSoto, IX. 75115 " (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Ray Watson 1638 Osprey DeSoto, IX. 75115 PB - 4 CERTIFIED COpy OF POWER OF ATTORNEY WEST AMERICAN INSURANlCJE COMPANY ADMINISTRATIVE OFFICE, HAMilTON, OHIO No. 369 1'\1111111 All .!JIIlru hll llll)rnr Jre.!1elltn: That WEST AMERICAN INSURANCE COMPANY, in pursuance 01 iJuthority granted by Article VI, Section 1 of the By-laws of said Company. does hereby nominate, constitute and appoint: Ray WJtson or Fonda Watson - - - - - - - - - - - - _ of Dallas, Texas - - - - - - - lis trlliJ (lnd lawful agent and attorney -in-fact, to make. execute, seal and deliver for and on its behalf as surety. and as It'; ae! and deed any and all BONDS. UNDERTAKINGS. and A ECOGNIZANCES. not exceeding in any single instance SIX MILLION - - - - - - - - - - - - - - - - - - - - - - - ($ 6 000 000.00 -) Oollars, r>xr:Juding. however, <Jny bond(s) or undertaking(s) guaranteeing the payment of notes and int~rest thereon ^nd lhe execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company. ,v; fully [ll'ld amply, to all intents and purposes. as if they had been duly executed and acknowledged by the regularly elected officer,; of tho Company at its office in Hamilton, Ohio, in their own proper persons. Th'1 <:l'Jthority granted hereunder supersedes any previous authority heretofore granted the above Darned attorney(s)-in~fact. ",.""1>,,,,,,,,,, ,~,~"-~'~ !.1l~~~4J.''-'~. .";'''. ~"",~Oh"l'''''<;'\ O:~:~'923:~) ""'{~/iro'p,\~"",,~ '.""""", IN WITNESS WHEREOF. the undersigned officer of the said West Amerivan Insurance Company has hereunto subscribed his name ',and affixed the Corporate Seal of the said West American Insurange companYstthiS/'~)lr,:;-~(/ ~~a/ 19 88. ('IJ-'~'V~~.... .........7.'.......tI'........................... ! Asst. Secretary STAT! OF OHIO, COUN ry OF BUTLER } SS. On this 8th day of February A, D. 19 88 before tfll' sUhscrJbcr, a Notary Public of the State of Ohio, in and for the County of Butler. duly commissioned and Qualified. came Thomas W. Hildebrand. Asst. Secretary, - - - - of WEST AMERICAN fNSURANCE COMPANY. to me pel <;ol1::1l1y known to be tho individual and officer described In, and who executed the preceding instrument, and he acknow~ IrdgC(1 the execution of the same, and being by me duly sworn deposeth and saith. that he is the officer of the Company ~lf('lfcs;Jid, <Jnd that the seal affixed to the preceding instrument is the Corporate Seal of said Company. and the said Corporate r;')~11 D'ld his signal.Jro as officer were duly affixed and subscribed to the said instrument by the authority and direction of the ;"Hd Corporation. ",\II'''1IUII1IJ/flj; .,{'.~\\~.l~~.~r,/( ~ , ~ ,. ",,.,, ~ ,~ ,'.'.\\uy;,o'" " l;tf~~~<!J 'l/,/ r~,iirr\' ~~~ 11""11'111\'\\\\\~ IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Officiaf Seal at the City of Hamilton. State of Ohio. the day and year first above written. ou~tY~hi~. ,..., ,Decr2mber, ,25.. .1.991. I Ill'; p')Wf'r of attorney is granted under and by authority of Article VI. Section 1 of the By-Laws of the Company. extracts II'lrfl \\Ihir;h read: ARTICLE VI sr:CTION 1. APPOINTMENT OF RESIOENT OFFICERS. The Chairman of the Board. the President, any Vice President, a ;;"'Nct,lrY, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint anyone or more ~Uil{lblq pi;rsons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose of :;igning the name of the corporation as surety or guarantor. and to execute, attach the corporate seal. acknowledge and drl'ver allY and all bonds, recognizances, stipulations, undertakings or other instruments of surety-ship or guarantee. and pol- icies of in:;umnce to be given in favor oran individual, firm. corporation. or the official representative thereof, or to any county ('If ~;tat." or <:lny official board or boards of any county or state, or the United States of America. or to any other political sub- (livision. Till:; i(1strumcnt is signod and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Compa'lY on April 24, 1980. Rf:SOLVED, That the signature of any officer of the Company authorized by Article VI, Section I. of the By~Laws to appoint ;:lltf)rnevS In f<:lct. the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power or ;'ttorney and the seal of the Company' may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adOPted by the Company as original signatures and seal, to be valid ,:md binding upon the Company with tho same force and effect as though manually affixed. CERTtFICA TE I. lho 'JndC'rsigned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power of ,\ttQlncy. Article VI Section 1 of the by-laws of the Company and the above Resolution of its Board of Directors are true nn(1 cor reel copies and are in full force and effect on this date. IN '^JIT'JlSS WHEREOF, I have hereunto set my hand and the seal of the Company this15thday of Sept. A, D.. 1992 ""'~~;.,;.:.'s'li';'"" ,',"....~. .. . ,f.v"", 2<"" ~"OP"'L"....<. I;' itl ~ 2 34~..~, -~,:. ." ~/ "',{''/il'DRJ\\,>'" ",,,,,.,,.,,,,,,,,, 4k7r~ S-<t300-C (i.oo Alli.tlllnt S80retlllry MAINTENANCE BOND THE STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROS. EQUIPMENT as Principal, and West American Insurance Company a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of NINE THOUSAND TWO HUNDRED NINTY EIGHT and 40/100--------- Dollars ($ 9,298.40 ), 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 ATKINS BROS. EQUIPMENT has this day entered into a written contract with the said City of Denton to build and construct BID #1412 - PAYNE & PEAK STREET" WATER SEWER (SECTION C) 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 therewi th 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 conaitions 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 A'IKINS BROS. EOUIPMENT CO., INC. as Contractor and Principal, has caused these presents to be executed by Mike Atkins, President and the said West American Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Ray Watson and the said Attorney-in-Fact has hereunto set his hand this 15th day of September , 19 92 SURETY: surance Company PRINCIPAL: A'IK~OS-AEQU~. , / ~ a INC. BY: Ray Watson Attorney-in-Fact Mike Atkins, President MB - 2 CERTIFIED COpy OF POWER OF ATTORNEY WEST AMERICAN INSURANtCE COMPANY ADMINISTRATIVE OFFICE. HAMilTON. OHIO No. 369 1'(IILlIlI All ,llllbn hl1 llJi)PlIP :pfl'lIpntll: That WEST AMERICAN INSURANCE COMPANY, in pursuance of authority granted by Article VI. Section 1 of the 8y~laws of said Company, does hereby nominate, constitute and appoint: Ray Watson or Fonda Watson - - - - - - - - - _ _ _ _ of Dallas, Texas - - - - - - - 11$ true iJnd lawful agent and attorney .in.fact. to make. execute, seat and deliver for and on its behalf as surety. and as ,ts act and deed any and all BONOS, UNDERTAKINGS. and RECOGNIZANCES, not exceeding in any single instance SIX MILLION - - - - - - - - - - - - - - - - - - - - - - - ($ 6,000 000.00 _) Dollars, oxdu.:Jlng, however. any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon ^nn the execution of such bonds or undertakings in pursuance of these presents. shall be as binding upon said Company. B'; fully and amply, to all intents and purposes. as if they had been duly executed and acknowledged by the regularly elected offIcer'" of tho Company at its office in Hamilton. Ohio. in their own proper persons. Th<J 1]llthorlty granted hereunder supersedes any previous authority heretofore granted the above flamed attorney(s)-in.fact. "."\~~";'~s'iI"",,, ,",'{", .' ". RIA"" f:"'v~ Q~'POb~"'~\ (~t'~ 2 3:~) ;',;,~(I'OR'\~",'" """"""'" IN WITNESS WHEREOF, the undersigned officer of the said West Amerioan Insurance Company has hereunto subscribed his name iand affixed the Corporate Seal of the said West American Insuran90 Company thi:/;~~~~~/ 19 88. .,..".jf",...,..",..,..,.......,.,."..,. Asst. Secretary STATE OF OHIO, COUNTY OF BUTLER } SS, On this 8th day ot February A. 0, 19 88 before tho subscriber. a Notary Public of the State of Ohio. in and for the County of Butler, duly commissioned and qualified, came Thomas W. Hi ldebrand, Asst. Secretary - - - - of WEST AMERICAN INSURANCE COMPANY. to me norsonally known to be the individual and officer described In, and who executed the preceding instrument, and he acknow- !(>dged the execution of the same, and being by me duly sworn deposeth and salth, that he is the officer of the Company <tfores;tid. and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signal...lre as officer were duly affixed and subscribed to the said instrument by the authority and direction of the .said Corporation. :\,\\11'''111111111/1/,;: ~\'I:,\\,~l!_~.~[J( '\. i >~z\ ~ ~ :~.~-:f1:~~~~f: J ?i->;..>~:~~~I_"~~$ /0/ (quIn" 1\~~\;. ;l1111I"lml\l\\\'~ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton. State of Ohio, the day and year first above written. (signed) A "'12 0 t? ou~t~~~h'i~' s ,.", .Oecember, .25., .1.9.91. ThiS p')wcr of attorney is granted under and by authority of Article VI. Section 1 of the By.Laws of the Company, extracts from which read: ARTICLE VI S',CTION 1, ApPOINTMENT OF RESIOENT OFFICERS. The Chairman of the Board, the President, any Vice President, a Sccretnry, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint anyone or more SlJit<lbl'1 pNsons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose of ::Igning the name of the corporation as surety or guarantor, and to execute. attach the corporate seal. acknOWledge and drl!vcr any and all bonds. recognizances. stipulations. undertakings or other instruments of surety-ship or guarantee. and pol- ICICS of in.surancc to be given in favor of'an individual, firm. corporation, or the official representative thereof. or to any county or stato. or any official board or boards of any county or state. or the United States of America. or to any other political sub- division. This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the CompiJrlY on April 24, 1980. Rr:SOLVED. That the signature of any officer of the Company authorized by Article VI, Section I. of the By-Laws to appoint .::'ltorncys in fact. the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of "ttorney and the seat of the Company. may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid ;,>nd binding upon the Company with the same force and effect as though manually affixed. CERTfFICA TE I. the undersigned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power of "UQ,ncy. Article VI Section 1 of the by-la\NS of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. , IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this15thday of Sept. A, 0.. 1992 ""'\';~'.i.M';';;;""," .,. ,..... . 4#" }"}....,~~?Ofl-1.. .~\;. t~;,~,;:;,~,~J!) #&~ $-4JOO.<. 6-80 Aniatent Searetlry CITY OF DEJ."WON 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. opo~ 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 openinq, 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 !:leen accepted, approved, and sigue4 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 thro~ghout 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 stateAof Texas with an A.M. Best Company rating of at least __ . o 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 5elf-imiured 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: 00 Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. 00 'That such insurance is primary to any other insurance available to the addit~onal insured with respect to claims covered under the policy and that this insurance applies separately to e~ch insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer' 5 limit of liability. o All policies shall be endorsed to provide prior written notice of cancellation, reduction in coverage. thirty(30) days non-renewal or 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 REOUIREKENTSr 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 specirications throughout the duration of the Contract, or longer, if so noted: eI - 2 . [X] General Liabilitv Insurance: General Liability insurance with combined single limits of not less than $500.000 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: o Bodily ~nJury 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 Liabilitv Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with. limits of no~ less than ~OOjOOOS1.eou.ooo per occurrence either in a sinqle policy'or in a '~COmbination of underlying and umbrella or excess policies. . . The policy will include bodily injury and property damage liability arisinq out of operation, maintenance or use of any auto, includinq owned, non-owned and hired automobiles and employee non-ownership use. (ISO Form CA 0001 CUrrent Edition) [X] Workers coma.nBation Insuranc. 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 ......11 Vr' Uc;ftlVll'l Name-and Address of Agency City of Denton Reference: I ~. ~ 'hnf' '~ . ' ~. " '11 ~ (' p Project Name: ~l.::, vn~! " ~~i.:.:eet ~later ..."'<....."" ~ -, dH L ., r .',,-,!:. 1'. ~}rH -"'J'~?' ) " Project No: :...r~i/cr . , ,~. . ~,~ . .1 . Pllone , .' " . . . "- Project Location: ,. .. Managing Dept: -------------------------------- - ------------------ Name and Address of Insured: Companies Affording Coverage: t~tx~.~... f< ' . ~ , , . , "'w :,. A it . , , l. , , , . 8 -\ '.~ ,\ \~. . 't.;..1 ~,.;;lcd ",\ 1 O:it , . , .,. I, :" ;~. .... 1 . ft'- , Pllone .' . , .~ _. l ~ '}'J C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this t" " 2) The City of Denton is listed as an additional insured as to all applicable coverag.. Company Tv"e of pollcv NlI'Iiler Expiration Limits of Li~il\~y Letter Insurance Date In Thousands 000 '. Comprehensive General Liabi lity " ;)') .. ~ '1 - ." Occurrer .. . h , _ .:, . Occurrence - Claims Made (see 14-Page CI-4) 80dily Injury $ 8road Fonn to Include: Property Damage $ ~ PremiseS/Operations :i; Independent Contractors ~ Products/Completed Operations Bodily injury and Property $l,..luo. .' Personal injury Damag. Canained ~ Contractual Liability(see 13-Page CI-4) - Explosion and Collapse Hazard Z Underground Hazard - Liquor Liability Coverage ~ Fire Legal LiabIlity (see l5-Page CI-4) "8road Fonn Property Damage ----------------- - ---- --------- - Profess i ona 1 Errors/Qniss ions - occurrence - claims made (see 14-Page CI-4) , Comprehensive Automobil. .J~ 80dily Injury/Person f Liability .. ' .. .. .. , -Bodily InJury/Accident ------- . ~'OWned/Leased Automobiles Property Damag. $ ... NOn-owned Autanabi les - - --- - ~'Hired Autanabiles Bodil y Injury/Property 7 J)U t Damag. Coni) i ned $ - WOrltlrs' C~utlon and '" ';; t.: t..4 1. .t,':.,. (Jt~ ;,~l \'.:. Statutory Amount 1 '.i ~ , J~ .'" .: ..~..:] ,ill" ~~ ~loy.rs' L iblllty iH} , -' $ , , , 0 ~! !li I J t ft v ~ eacn accloent - owners' Protective Llibillty $ '~ ..... ~ .i~ ......1 0'-' .- 14,\J\;VI , Oth.r Insurance .., ",. J'" i~ ;.~i!p17::.'1'.; O'j~ :,...j.';....., :; ,j.j', : ; - 2.0.:JU. - t...i 1\;.'.;...;..,.....;. ( - Description of Operations/Locitlons/V.hlcl.s. non-ren_I, or material chang. in coverage. Each policy shall require thirty (30l days notice of cancellation, (Se. 12. Page CI-4). ... " ." . _' N_ and address of C.rtlflcate Hold.... CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS Sf. DENTON. TEXAS 76201 00451 ~{~~NVE SEE DEFINITIONS ON PAGE CI-4 ATTACHED. CI - 5 DEFINITIONS 1. ADDITIONAL INSURED: The City of Denton, appointed officials, officers and employees. apply to Worker's Compensation.) its elected and (This does not 2. NOTICE OF CANCELLATION: Each policy shall require that thirty (30) days prior to the cancellation, non-renewal or any material change in coverage, a notice thereof shall b~ given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days written notice to owner is required. 3. CONTRACTUAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liabili ty requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 4. CLAIMS MADE POLICY FORM': Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. ' 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration' of City-owned or leased facilities). Insurance is to cover buildings, contents, (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and ,due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or while acting on behalf of the owner. CI - 6 Replace Misc. Water Lines 1991 BID NO. PO NO. 1412 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WIT PRICE TOTAL 2.12-A 6" Water Line 7,148 LF S lP..j0 142,960.0 1 2.12-8 12" Waterline (for Casing) 40 LF S 35.00/LF 1,400.00 1..- 2.12-0 6" Ductile Iron Water Line 82 LF S 35.00 ILF 2,870."" -, ~ 2.16 Water Service 158 EA $ ""6,00 ~;7~fl=qf- J6J.DD ,tEA J.cl. lliJ.t; '-f -B.~. 2.13.1-A 6" Gate Valve 18 EA S 343.00 lEA 6,174."" ~ 7.6-A 4 Man Hole (4 feet deep) 3 EA S 1,102."" lEA 3,306.00 . /' 2.14-A Fire Hydrant 7 EA $ 979."" lEA 6,853."" '1 3.B Remove Curb & Gutter 76 LF S 6.00/LF 456."" '( 8.2-A Concrete Curb & Gutter 76 LF S 19.00 ILF 1,444.00 Cf SP-2 Saw Cut Concrete 76 LF $ 3.00 ILF 22B.00 10 6.4 12" Bore 82 LF S 147.00 ILF 12,054.00 II SP-40 Cut & Plug Existing Water 19 EA $ 306.00 lEA 5,814.00 /1.., Line SP-37 Excavation Protection 500 LF $ 10."" ILF 5,000."" !~ 1.21 Contractors Warranties and - LS S 13,464."" ILS 13,404."" 14 Understandings SP-I0 Rock Excavation . 50 CY S 25."" ICY 1,250."" )~ SP-41 Sawcut Asphalt 10,608 LF $ 1."" ILF 10,608.00 It,. 3.1 Preparation of - LS $ 6,120. "" ILS 6,120."" ''7 Right-of-Way I, SP-39 Project Signs 2 EA S 306.00 lEA 612.00 19- 8.1 Barricad.., Warning Signs - LS S 7,344.00 ILS 7,344.00 /Cf and Detours 2.12.8 Cast Iron Fittings 1,500 LB $ 2.00 ILS 3,000.00 ;(J 2.l2-C :"Z. I 6" SOR 26 Sanitary Sewer 120 LF $ 31. 00 IL" 3,720.00 .1;. P - 3 Reolace Misc. Water Lines 1991 (Continued) WORK DAYS 65 8I:I NO. 1412 ?O NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL Materials incorporated if:.: 1/ ~ V{/C; < into project plus labor . $ H . "711,..:. Other $ I ~~} "'IS">7' Total $~!r ;/D'" ( '" h - -.y,,( . ~"'0~~ , , I P - 4 1412 Payne Drive Water Line BID NO. PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUABTITY UNIT WIT PRICE TOTAL II 2.12-B 12" Water Line 1,336 LF !a. 00 ILF 5 ,768.00 1 2.12-E 12" Ductile Iron pipe 99 LF $ 47.00 ILF 4,653.00 l... 2.14-B Fire Hydrant Connection 1 EA $ 673.00 lEA 673.00 :2 2.13.1-B 12" Valve 1 EA $ 857.00 lEA 857.00 4 2.14-A (- Fire Hydrant 2 EA ',346.00 lEA 2,692.00 ~ 6.4 20" Bore 99 LF $ 228.00 ILF 22,572.00 b sp-40 cut and Plug Existing 1 EA $ 306.00 lEA 306.00 '7 Water Line SP-41 '6 Sawcut Asphalt 2,574 LF $ 1.00 ILF 2,574.00 1.21 Contractors Warranties and - LS ~,386.00 ILS 5,386.00 "i Understandings SP-10 Rock Excavation 200 CY $ 25.00 ICY 5,000.00 )0 3.1 preparation of - LS ',224.00 ILS 1,224.00 II Riqht-of-Wav SP-39 Project Signs 2 EA $ 306.00 lEA 612.00 12< 8.1 Barricades, Warning Signs, - LS ','159.00 ILS 1,'159.00 J.3 and Detours 2.12.8 Cast Iron Fittings 1,600 LB $ 2.00 ILB 3,200.00 /i/, SP-37 ,(; Excavation Protection 1,331 LF $ 1.00 ILF 1,331.00 Materials incorporated $ 3~;~e into project olus labor $ 7 s, '6h d ~ Other $1~'3,flc? ~ Total p - 5 Peak Street Sanitarv Sewer WORK DAYS BID NO. PO NO. 30 1412 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12-C 8" sanitary Sewer (SDR26) 482 LF $ 29.rI!-F 13,978.0' 2.12-D 8" Sanitary Sewer (SDR35) 958 LF $ 24.C~ /LF :2,992.00 2.12-E 6" Sanitary Sewer 95 LF $ 2~.e0 /LF 2,185.ee WS-ll Sewer Service 34 EA $ 429,00 /EA 14,586.0~ 7.6-A 4' Concrete Manhole 5 EA $ i.041.00 /EA 5.205.J0 7.6-B 4' Drop Manhole 1 EA $ 1,53L0~ lEA i.53U0 7.6-D 5 ' Drop Manhole 1 EA $ 3.623.00 /EA 3,62J.m~ SP-8 Abandon Manhole 3 EA $ 245.00 /EA 735.00 7.6-C Rebuild Manhole 1 EA $ :,530.B0 lEA ~,530.0~ 3-A Remove Concrete Pavement 9 SY $ 28.00 /SY ::52.~0 SP-2 Sawcut Concrete 24 LF $ U0 /LF 72.00 SP-41 Sawcut Asphalt 4,122 LF $ L C0 /LF 4.122,00 5.8 6" Concrete Pavement 9 SY $ 60.00/SY 540.00 7.4.5 Class A Concrete 1 cy $ 245.00/CY 245.~0 SP-4 Lower Water Lines 4 EA $ 2.448.00 /EA 1 tU.1 ,;.fii . I I.......~ SP-37 Excavation Protection 950 LF $ 2.00 /LF 1.900.00 1.21 Contractors Warranties and - LS $ 4,896.00/LS ".806.00 Understandings 8.1 Barricades, Warning Signs, - LS $ i.7i4.00/LS i,714.~0 and Detours SP-10 Rock Excavation 50 CY $ 25.00/CY 1,250.ra SP-39 Project Signs 2 EA $ 306.00/EA 612.00 3.1 Preparation of - LS $ i.224,00/LS i,224,00 ,,, ~h"_n<'_Wau P - 6 Peak street Sanitary Sewer (Continued) WORK DAYS BID NO. PO NO. 30 BID TABULATION SHEET ITEM DESCRIP~IOH QUAHTIrY UHI~ UHI~ PRICE ~O~AL Materials incorporated -= into project plus labor $30, ''''~ Other $6.2, 'i9't,tP- Total ''<' $qz., "iP'1 """ P - 7 BID SUMMARY REPLACE MISCELLANEOUS WATER LINES 1991 --rfl,erF II,", /LJ ,:.>/],=--o '/,4'~C' '" ..-9./!.-' b TOTAL BID PRICE IN WORDS ,,;d5. <' ",:::" "'''-~ , ..; jlu..{)op-ev Pi V~ D~' .c..c- /9A?s S2f--" J~C' u f2. tic f/Fl.f/~ 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. /) rXI//)5 19 R (l 5 CONTRACTOR BY 1:) ,!J 15 1",P;;:1L, Atkins Bros Equip Co., Inc 918 W. Marshall Grand Prairie, Tx 75051 city and state Seal & Authorization (If a Corporation) IVI- ]./'( ~cf, '/7- ;)))9 Z' Telephone B-1 BID SUMMARY PEAK STREET SANITARY SEWER TOTAL BID PRICE IN WORDS ;V/NE/Y --;:;;0 ---;;;0JS;iJJb fVlflJC }ft./4.-1>J3F!) /=/C:'7/rrY' Peal r-. :0 t'L.(_ A/<:.. c~ , 9 ;\/ C' CZElJTS 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. 191;:;)11./5 8R~ CONTRACTOR BY ~6,)s /-d P Ft2... Atkins Bros Equip Co., Inc 918 W. Marshall Grand Prairie, Tx 75051 city and state Seal & Authorization (If a Corporation) Nj-;;l.. /L/-{{>1/7 ~ tS9 0 Telephone B-2 BID SUMMARY PAYNE DRIVE WATER LINE TOTAL BID PRICE IN WORDS ,2 /c)../fI II ,L./,1,/P J;?7) V/l/L Ji...J!UDR c----r/c-1;;;;E""F-~l/,$"/JAJ)) ,C;Ef-/C(!/ _Dc-/.. /-. .4A..":;, CY III t) e. E ;f../;r=;- 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. fh- h 111/:5 l?; J< t1"S CONTRACTOR BY 0<1 B ;. op r-~ Atkins Bros Equip Co., Inc 918 W. Marshall Grand Prairie, Tx 75051 city and state Seal & Authorization (If a Corporation) M...... 2-) tj -!.~ i/'7 ~ '1 '6 c; 0 Telephone B-3 BID SUMMARY Replace Misc. Water Lines 1991 65 <7,1'. $ Bid ~ ;:] C.J cJ '10::'" C- .---=--. , ,z::.- 0; <} y, ~ I':} proiect Name Work Davs Payne Drive Water Line 30 $ lOS, 7)'CJ '7 <P-C $ q2.. 9'? f{ ~ , Peak street Sanitary Sewer 30 Payne Drive is to be completed first and within the specified work days in the event that one contractor obtains the contract for the Payne Drive Project and at least one of the other contracts. Also in that event, each project is to be completed including cleanup before moving on to another project. B - 4 " 9'Z-I5c , CONTRACT AGREEMENT ~/..; STATE OF TEXAS s s COUNTY OF DENTON "HIS AGREEMENT, made and entered into this 15 day of SEPTEMBER . A.D., 19~, 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 WILLIAM J. SCHULTZ, INC., DBA CIRCLE "c" CONSTRUCTION COMPANY P. O. Box 40328, Fort Worth, TX 76140 of the city of FT WORTH , County of TARRANT and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereina~ter 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 # 1412 - REPLACE MISCELLANEOUS WATER LINES 1991 AND PAYNE DRIVE WATERLINE (SECTION A & B) in the amount of $331,949.50 - .~-- -, . - and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, maChinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal 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, written explanatory matter and other drawings and printed or thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF , all of which are made a part hereof and cOllectively evidence and constitute the entire contract. Indeoendent 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, ~acation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ~~) W~~.lj ~/~ (h/ vafl-'!~ B (SEAL) ATTEST: WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY CONT~~ "'4- By ~ '7 h Title . WILLIAM J. SCHULTZ, PRESIDENT (SEAL) AP ROVED AS TO FORM: CA - 3 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON s s KNOW ALL MEN BY THESE PRESENTS: That , of the City of , and State of SAFECO INSURANCE COMPANY OF AMERICA WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY FT WORTH County of TARRANT as PRINCIPAL, and TEXAS , 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 THREE HUNDRED THIRTY ONE THOUSAND NINE HUNDRED FORTY NINE and 50/100------- Dollars ($ 331,949.50 ) 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 15 day of SEPTEMBER 1923-, for the construction of BID # 1412 - REPLACE MISCELLANEOUS WATER LINES 1991 AND PAYNE.DRIVE WATERLINE (SECTION A & B) in the amount of $331,949.50 which contract is l1.ereby 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 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. 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 anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 23RD day of SEPTEMBER 19~ WILLIAM J. CIRCLE "c" By SCHULTZ, INC., DBA CONSTRUCTION COMPANY Principal ~ SAFE CO INSURANCE COMPANY OF AMERICA Surety ~Wd;:;7 &nr.KlL A. Title ATTORNEY-IN-FACT Title Address: P. O. Box 40328 Fort Worth, TX 76140 Address: Safe co Plaza Seattle, WA 98185 \ ,. \. '.:'>.-.h' ,. ' , .', " '- .-",- ( SEAL} ( SEAL) The name and address of the Resident Agent of Surety is: JOHN'A. MILLER & ASSOCIATES, INC. 234 Emma Street, Fort Worth, TX 76111 NOTE: Date of Bond must not be prior to date of Contract. PB - 2 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and signed and sealed this instrument this ~___ day of 19 92 Surety have SEPTEMBER WILLIAM J. SCHULTZ, INC.,DBA CIRCLE "c" CONSTRUCTION COMPANY ~p~in:7;~_ By It {~LU; Title PRES DENT SAFE CO INSURANCE COMPANY OFhAMERICA Surety , '. JL"//1/IzIL,/ . SHERW. A. KL TS . Title ATTORNEY-TN-FACT Address: P. O. Box 40328 Address: Safeco Plaza Fort Worth, TX 76140 Seattle, WA 98185 (SEAL) ( SEAL) The name and address of the Resident Agent of Surety is: JOHN A. MILLER & ASSOCIATES, INC. 234 Emma Street, Fort Worth, TX 76111 PB - 4 PA YMENT BOND STATE OF TEXAS COUNTY OF DENTON s s WILLIAM J. SCHULTZ, INC., DBA KNOW ALL MEN BY THESE PRESENTS: That CIRCLE "Cn CONSTRUCTION COMPANY of the city of FORT WORTH County of TARRANT , and the State of TEXAS as principal, and SAFE CO INSURANCE COMPANY OF AMERICA 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 ~enal sum of FORTY NINE and 50/":1.00---- THREE HUNDRED THIRTY ONE THOUSAND NINE HUNDRED Dollars ($ 331.949.50 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 15 day of SEPTEMBER 19~. BID # 1412 - REPLACE MISCELLANEOUS WATER LINE 1991 AND PAYNE DRIVE WATERLINE (SECTION A & B) in the amount of $331,949.50 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 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. 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 anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said PrinCipal and Surety have signed and sealed this instrument this ~_ day of SEPTEMBER 19 92 WILLIAM J. SCHULTZ, INC.,DBA CIRCLE "c" CONSTRUCTION COMPANY ~i~_ By It 1:' LlZ; Title PRES DENT SAFE CO INSURANCE COMPANY OF. ,AMERICA Surety " ~"/I'~~/ . SHER'{? A. KL T S Title ATTORNEY-IN-FACT Address: P. O. Box 40328 Address: Safe co Plaza Fort Worth, TX 76140 Seattle, WA 98185 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: JOHN A. MILLER & ASSOCIATES, INC. 234 Emma Street, Fort Worth, TX 76111 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL WILLIAM J. SCHULTZ, INC., MEN BY THESE PRESENTS: That CIRCLE .C" CONSTRUCTION SAFE CO INSURANCE COMPANY OF AMERIClr DBA COMPANY as Principal, and 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 '1'IHR'I'V ""'1>1>1< ""''''''::''Nn n.... ffiJNl)RIID NINTY FOUR and 95/100 Dollars ($ 11 lq4 'l'i ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and sure'ty do hereby bind themselves, their successors and assigns, jOintly and severally. This obligation is conditioned, however, that: WILLIAM J. SCHULTZ, INC., DBA WHEREAS, said CIRC'T,1< "c" CONSTRUCTION.'COMPANY;;:: -.-;:_==, "T'~=' has this day entered into a written contract with the said City of Denton to build and construct BID # 1412 - REPLACEM WATER LINES 1991 AND PAYNE DRIVE WATERLINE (SECTION A & B) in the amount of $331,949.50 which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary e.f 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 therewi th 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 sectio.n 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 bEl a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conaitions 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 shal~ continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. WILLIAM J. SCHULTZ, INC., DBA IN WITNESS WHEREOF, the said CIRCLE "c" CONSTRUCTION COMPANY _ as Contractor and Principal, . has caused these presents to be executed by WILLIAM J. SCHULTZ, PRESIDENT and the said SAFE CO INSURANCE COMPANY OF AMERICA as surety, has caused these presents to be executed by .Lts Attorney-in-Fact SHERYL A. KLUTTS and the said Attorney-in-Fact has hereunto set his hand this .13rd day of SEPTEMBER , 19 92 SURETY: BY: COMPANY SAFRCO SHERYL A. KLUTT Attorney-in-Fact WILLIAM J. SCHULTZ PRESIDENT MB - 2 " m SAFECO POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 7498 KNOW All BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA <.I'd GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporatton, does each hereby appoint ----JOHN A. MILLER; SHERYL A. KLUTTS; STEPHEN K. BRAULICK; Ft. Worth, Texas--------- Its true and lawful attorney(s)-m-fact. with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other documents of a similar character IsslJ:~d In the course of Its business, and to bind the respeCtlve company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents thls_ __--1.!!.ci___ _____ ___ day of Ap.riJ, .19.2.L CERTIFICATE Extract from the By-laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS the President. any Vice President, the Secretary, and any Assistant VIce President apPointed for that purpose by the offIcer In charge of surety operations, shall each have authority to appoint indIViduals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of Similar character Issued by ttle company In the course of ItS business On any Instrument making or eVidencing such appointment, the signatures may be affIxed by facsimile On any Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a faCSImile thereof, may be Impressed or affixed or In any other manner reproduced, prOVided, however, that the seal stlall not be necessary to the validity of any such Instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certIficate executed by the Secretary or an assistant secretary of the Company setting oul. Ii) The proviSions of Article V, Section 13 of the By-laws, and (il) A copy of the power~of-attorney appointment executed pursuant thereto, and (Iii) CertifYing that said power-of-attorney appointment is In full force and effect, the signature of the certifYing officer may be by faCSImile, and the seal of the Company may be a facsimde thereof" I. Boh A Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregOing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are stili in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the faCSimile seal of said corporation thiS 23rd day of September ,19 92 <; ....7..: ~h' 3 A6 PRi~HfD "I lJ S A IMPORTANT NOTICE To obtain Information or make a complaint: You may call the company's toll-free telephone number for Information or to make a complaint at 1-800- C;7~~41~S~ 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, TX 78714-9104 FAX # (512) 475-1n1 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the 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. Prescribed by the State Board of Insurance Effective May 1, 1992 AVISO IMPORTANTE Para obtener Informacion 0 para someter una quela: Usted pUede lIamar aI numero de telefono gratis de la companla para Informacion 0 para someter una queja aI 1-800- 4'7,1- -$I~S.s- Puede comunlcarse con el Departamento de Seguros de Texas para obtener Informacion acerca de compaolas, coberturas, derechos 0 quejas al 1-800-252-3439 Puede escrlblr aI Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1n1 DISPUTAS SOBRE PRIMAS 0 RECLAMOS: SI tlene una dispute concernlente a su prima 0 a un reclamo, debe comunlcarse con eI agente 0 la companla primero, SI no sa resuelve la dispute, puede entonces comunlcarse con eI Departamento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este avlso es solo para propaslto de Informacion y no sa convlerte en parte o condlclon del documento adjunto. Ordenado par el consejo Estatal de Dlrectures de Seguros, Effectlvo ell de Mayo 1992 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: 00 Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. 00 That such insurance is primary to any other insurance available to the addit~onal insured with respect to claims covered under the policy and that this insurance applies separately to e~ch 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 prior written notice of cancellation, reduction in coverage. thirtY(JO) days non-renewal or 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 REOUIREMENTSt 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 Liabilitv Insurance: General Liability insurance with combined single limits of not less than $500.000 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: o 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 Liabilitv Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the contractor with- limits of no~ less than $1.000.000 p~ occurrence ei~her in a sinqle POlicy'or in 5 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] Worker. ComaeDs.tioD IDsuraDce 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 -/ DEFINITIONS 1. ADDITIONAL INSURED: The City of Denton, appointed officials, officers and employees. apply to Worker's Compensation.) its elected and (This does not 2. NOTICE OF CANCELLATION: Each policy shall require that thirty (30) days prior to the cancellation, non-renewal, or any material change in coverage, a notice thereof shall be given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days written notice to owner is required. 3. CONTRACTUAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certif icate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 4. CLAIMS MADE POLICY FORK: Required period of coverage will be determined by the fOllowing formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. " 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration" of City-owned or leased facilities). Insurance is to cover bUildings, contents. (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and ,due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, andlor while acting on behalf of the owner. CI - 6 / PRODUCER A~~~~m.,,;)CERtIEICATE:0EJNSURAN'CEY'i,"~>,,",\t, "~~;f:i::L;). .' ISSUEOA9TjE2[M3Mj'090'2YYI .c'>. ! '/~ ,,:-- ;-.:'-:~' r.:'::I';: }l'~~~~::-Z{~'k~:.~~ ~ :~ltt~ d5S:~.~.rt:.: ." ',~"i,(~.~~~~::,;;~~ ,..~ ,,: ,~:;~.l.~ ;,:~' _ '.." THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY.THE POLICIES BELOW. JOHN A. MILLER & ASSOCIATES, INC. P.O. BOX 7214 FORT WORTH, TEXAS 76111-0214 COMPANIES AFFORDING COVERAGE 817-834-7111 817-834-7115 FAX COMPANY A LETTER ST. PAUL LLOYDS INSURANCE COMPANY INSURED COMPANY B LETTER ST. PAUL FIRE & MARINE INSURANCE COMPANY WILLIAM J. SCHULTZ, INC. DBA CIRCLE "c" CONSTRUCTION COMPANY, et a1 P.O. BOX-40328 FORT WORTH, TEXAS 76140 COMPANY C LETTER THE ST. PAUL INSURANCE COMPANY COMPANY D LETTER COMPANY E LETTER COVERAGES,\"f'",:':-_"/>''''ff.~'f.'<'<~;',\' '~'li\"i' ."",,, -.:,J'Jl' "M".-'" ">. .i'?',' <.6.:,< .!<l1&>\1,': cr.~'''j: ,.,"". . .,'0.....- . ..,,__,.Il_rf_....,..~~{S.:J.i~nli:,l>U .Ttt,?P.t._..~., ... m"'~~' ,~:i: \(fu'fL.'--f"',t.....,.~,_:l.ibS. ,a;:~ .~_' TH[S IS TO CERTIFY THAT THE POLICIES OF [NSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERT[FICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN [S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COND[TlONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR .~~- .--..- ~-- , TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE; POLICY EXPIRATION DATE (MMJDOIYYj ! DATE (MMJDOIYY) . LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY 0691NJ2210 CLAIMS MADE' 'X: OCCUR. , OWNER'S & CONTRACTOR'S PROTo X INCLUDES CONTRACTUAL 8-12-92 8-12-93 iGENERALAGGREGATE m_ _~ ~ 2,000,000 ,PRODUCTS.COMPfOPAGG. i $ 2,000,000 : PERSONAL & ADV INJURY 1 $ 1,000,000 EACH OCCURRENCE !_ $ 1,000,000 FIRE DAM~~~ ~A~~..~~.B_f~~~~. : $ 50,000 . MED, EXPENSE (Anyone person) $ . AUTOMOBILE LIABILITY B' X,ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS X . HIRED AUTOS X NON.OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY C X UMBRELLA FORM OTHER THAN UMBRELLA FORM 0691NJ221O-2 8-12-92 i COMBINED SINGLE )$ ! LIMIT 8-12-93 --i- 1,000,000 BODILY INJURY .. , (Per person) , -" : BODILY INJURY . , (Per aCCident) PROPERTY DAMAGE . , EACH OCCURRENCE · 2,000,000 8-12-93 ' AGGREGATE ," 2 ,000 ,000 i STATUTORY LlMITS EACH ACCIDENT :. DISEASE-POLlCY LIMIT . DISEASE-EACH EMPLOYEE . 0691NJ2210-1 ! 8-12-92 WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER DESCR::>TION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS PROJECT: BID # 1412 - PAYNE & PEAK STREET - WATER & SEWER (SECTION A & B) CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED ON THE ABOVE POLICIES CE"TIFICA TE HOLDE"';' (:,;:.: ;.,y.f .;:;i1',,;,~'$t;>; - h' ~_,_j.l;.~ ...._...:-...~ .....y.,~J, .!ilt!i:\~",,- ,-S::i,~-I'>~fi.~4.~,*,._ CITY OF DENTON, TEXAS ATTN: PURCHASING AGENT 901-B TEXAS STREET DENTON, TEXAS 76201 'ACORi:Y25;S(7f90i.'~'''f::i:'~2' ~J ~l EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ~1 MAIL~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAM,EO TO THE t~ LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ~ L1ABILtTY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. E~ AUT f:' ,~::~~?~\~,i;,,;;~:P~,t (~~.~~. ..-~"""'-,-~.--.~, UV 1- ~-~c: nUI1 I U' qtl p, U~ ; .. . . . !~! "'~:~IJJ':P~~~;', " ", <, ' ,_ i<, ,<'I,~I~,;{~ ;~gt'/. \ ,!.'I, , '. J ~;t:. I, ,~ ~':l,'t! r~~;l!~t 1 "'''' ;.,',:,j J!~I ,,:,:,.!f:;j''< , 1 0...... 5 - g 2 !.<,' ~~~':'. CERTIFIC~!,E !'! ISSUED.!!:! ~_ MATTER OF. !,:!~ORMA TION ONlY'""ANO- PRODuceR CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Mccollum, Miller Lovelace, DOES NOT AMEND, EXTENO OR ALTER THE COVERAGE AFFORDED BY THE & Inc. POLICIES BELOW. .- 2301 E Lamar Blvd, Suite 300 COMPANIES AFFORDING COVERAGE Arlington, TX 76006 .. . ... COMPANY A l?etrosurance Casualty Company (817) 640-7888 l.EiTTE:A. , COMPM.;V B INSURED LETTER , COMPANY C Circle /Ie" Construction Co. ! LIiTT~R P 0 BOX 40328 ..... Ft. WOl:"th, TX 76140 COMPANY D LETTER .. COMPANY E LETTI;R COVEFlAGES -.^, , "';;)Ik iil\U(!, ;, ,.,' H~l";';-'''H " ,i - - .. .- ., , , .. . . , .., ~. - . THIS IS TO CERTIFY THAT T_" POLICIES OF INSURANCE ",STEO BELOW HAVE BEEN ISSUoD.TO THoIN$URED NAMEO ABOVE FOR THE POLICY PERIOD INDICAToD, NOTWITHSTANDING ANY REOUIRoMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCUMoNT WITH RESPECT TO WHICH THIS CoRTIFICATE MAY Bo ISSUEO OR MAY PERTAIN, THo INSURANCE AFFORDED BY THo POLICIES OESCRIBoD HEREIN IS SUBJoCT TO ALL THE TERMS, EXOLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS S_OWN ~AY HAVE BEEN REOUCEO BY PAID CLA:MS, CO TYPE. Of' INSURANCE POL.ICY NUMBER POl.ICV EF~ECTIVE POL.IOY EXPIRATION L.IMITS LTA : OA TE (MMfDO/VY) OA TE ~\1M/OlJJYV) , GEN~RAL LIA61L.ITV ; GENEAALAGGAEGATE I " COMt.IEr\C:AL GE:NE;R.A'. lIA9!L TV Pt:l.ODUCTS.COMF'/OP AGG. $ Cl..AtMS MADE OCCUA, PERSONAL & A:iV, :NJUAY ,$ o'tme~rs & CO!'-:TRACTOR'S FAOT , EACH OCCURRENCE $ IiIR! OAMAGE (Any Orl& IIro) . , , MEO, eXF'ENSE (Any cno ,Wson)' S AUTOMOBILIi 1..IABIL.ITY , COMS'NED .INGLE LIMIT $ A:,V Al,iTO , AI.I. OWNED AuTOS : BODllV INJUI1Y $ SCHeOULE~ AL TO$ (PeT ~8r50n, l-ll~eb AUTOS 6001L. v INJURy $ NON.OWNED AUTOa (PElro:;mlsnl) I3AMA.~1i l.IAelllTv PROPEFI,." DAMAGe' $ , cAOJoj OCCURAe:~CI: . -, EXCESS .I.JABILlTY ! UMBREI.l.A FO~\i AGGFlECiAt&: $ OTHER Tf-iAN I,.'ME!REi.L.A FOR~~ . . - -- , ! STATUTOFlY L.IMI'r$ :^.._"~_-.._- WOAKER'S COMPI:NSATION i. EAo;i.cCIDENT 500,000 :A WC 42-911115-02 9-10-92 .9-10-93 '. AND : DISEASE-POLICY L.lv'r 500,000 , s I EMPl.OVERS'L1ABll.lty DISEASE-EAOH EMPLOYEE . 500,000 r1HER , I ; . I DeSCRIPTION OF OPERATIONS/LOCATIONSIVEHIOL.ES/SPECIAL ITli;MS Project: Bid #l412-l'ayne & Peak Streets - Water & Sewer (Section A & B) CERTIFICATE HOLDER ':tV,"~;-f~'" > , CANC~LLA !LON ", - ',,> -.', , T ,~-_ ., "- ICity of Dento~, TX ".",,' ,~-",.., -., --, --'-" .'<I".'...:_l'J.:~"lLi:i..ilt"f)l:hr:l ..:1 "",'-",; ",'~.': .. '" SHOULD ANY OF THE A60Vl: aESCRI~~lJ POLIQI!iiS ~E CANC!;;l.I.ED 61;FORI: THE fm ,~ e:XPiAA-:-!ON DATE THEREOF, THE ISSUING COMPANY WILL ENOEAVOR TO jAttn: PU~chasing Agent ,i. MAil ..3.Q. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDoR NAMED TO THE w'., ';~ 901-B Texas Street iL LEFT, BUT FAILURE TO MAIL SUCH NOTice SHALL IMPOSE NO OBLIGATION OR fr,1 jDenton, TX 76201 .~? LIABiliTY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRoSENTATIVES ' , . AI,lTHOfflZEO R ~A IV! Charles R. Lovelace , ,,1 I ,\ v- " C'A.'~<<DI;I; ", -"CERTI'FICAreQEJ~SORAN ;' ':!!"I"~~ ,,' "",'. i ISSUE DATE (MMIOD1YV) ~?.~D 25.$ (7/9~ '" " (!M~~.. 0ACORO CORPORATION 1990' , Replace Misc. Water Lines 1991 WORK DAYS BID NO. PO NO. 65 1411 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICR TOTAL 2.12-A 7,148 LF $ ~:? -5- fh 00 6" Water Line / ~0,,930 2.12-B 12" Waterline (for Casing) 40 LF $..1'0 (>0 /LF /';<00 00 2.12-0 6" Ductile Iron Water Line 82 LF $ ,;{ I- 00 /LF .;< 13;;< 00 158 EA $ .3'00 00 lEA 00 2.16 Water Service '17'100 2.13.1-A 6" Gate Valve 18 EA $ ..1'$0 OO/EA ~80000 00 00 7.6-A 4 Man Hole (4 feet deep) 3 EA $ '1.50 /EA ~SSo 00 00 2.14-A Fire Hydrant 7 EA $ /5"00 lEA /OSOO Remove Curb & 76 LF $ dOO /LF 860 3.B Gutter ,;(,;< 8.2-A Concrete Curb & Gutter 76 LF $ /S oO/LF II '/0 DO SP-2 Saw Cut Concrete 76 LF $ ;Z 0(> /LF /5':< 0 0 6.4 12" Bore 82 LF $ ~.s- 00 /LF h 970 0 () $ d.50 o'1EA 00 SP-40 Cut & Plug Existing Water 19 EA 7"lSO Line Protection 500 LF $ ,SO /LF c:;SO 00 SP-37 Excavation 00 06 1.21 Contractors Warranties and - LS $ '/0-00 ILS '/$00 Understandings SP-10 Rock Excavation 50 CY $ /0 OO/Cy S006G SP-41 Sawcut Asphalt: 10,608 LF $ / 00 ILF /t?t50#0 C $ 00 0 3.1 Preparat:ion of - LS /tJO ILS / t'0 0 Right:-of-Way $ 00 00 SP-39 Project: Sign. 2 EA /OtJ lEA "loo ou 00 8.1 Barricade., Warning Signs - LS $ 1000 /LS /000 and Det:ours 2.12.8 Cast: Iron Fit:t:ings 1,500 La $ /00 ILB /SOO 00 2.12-C 6" SDR 26 Sanit:ary Sewer 120 LP $ dO "tJ/LP ~Yoo 00 P - 3 Reo1ace ~isc. Water Lines 1991 (Continued) "V~ 1.111..00:1 0:'1 3D NO. 1412 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL Materials incorporated [ into project plus labor $ /:< 71/1/</ Other $ J3tf'u00 ' Total $;<' 6..5-S/( - P - 4 -Pavne Drive Water Line WORK DAYS 30 BID NO. 1412 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12-B 12" water Line 1,336 LF 00 . 00 $ Yo /LF '/0080 2.12-E 12" Ductile Iron Pipe 99 LF $ ..J~O D/LF 3 '/6So 0 Fire Hydrant Connection 1 EA $ 75D 00 /EA ?'SO 00 2.14-B 2.13.1-B 12" Valve 1 EA $ 7$o4EA /'?57J 0 0 ",0 $00000 2.14-A Fire Hydrant 2 EA $ /S-OO /EA 6.4 20" Bore 99 LF $ 9'S 06/LF 9'/OSOO sp-40 Cut and Plug Existing 1 EA $~ooO/EA SSD 0 0 Water Line SP-41 sawcut Asphalt 2,574 LF $ 100 /LF ,;<S7'1 06. 00 00 1.21 Contractors Warranties and - LS $ /000 jLS /ooD UnderstandinC/s SP-10 Rock Excavation 200 CY $ 7<.5 O/CY 00 /000 00 /tJO 0 0 3.1 preparation of - LS $ /00 /LS RiC/ht-of-Wav 00 .:tOO 00 SP-39 project Signs 2 EA $ /00 /EA 00 /000 00 8.1 Barricades, warning signs, - LS $ /000 /LS and Detours 2.12.8 Cast Iron Fittings 1,600 LB $ I OO/LB /~OO 00 SP-37 Excavation Protection 1,331 LF $ ,50 ILF t~5, SO Materials incorporated $,:J/g90,oQd, into oro;ect olus labor other $YL/,plfS Total $b6> I/J'95-1 p - 5 Peak street Sanitarv Sewer WORK DAYS BID NO. PO NO. 30 1412 BID TABULATION SHEET I ITEM I DESCRIPTION I QUANTITY I UNIT I UNIT PRICE I TOTAL I 2.12-C 8" Sanitary Sewer (SDR26) 482 LF $ 90 00 /LF '13380 00 $ 3'? -.5 L}LF 00 2.12-0 8" Sanitary Sewer (SDR35) 958 LF J's9,;<S 00 .. 8- 06 2.12-E 6" Sanitary Sewer 95 LF $ 30 /LF ""- 'SD WS-ll Sewer Service 34 EA $ &5'OPO/EA ~/OO 00 00 &000 00 7.6-A 4' Concrete Manhole 5 EA $ ~"'OO /EA 00 <7<"'00000 7.6-B 4' Drop Manhole 1 EA $"",,"'000 /EA 00 00 7.6-0 5 ' Drop Manhole 1 EA $ ".{"$OO /EA ~SOO Abandon 3 00 Oil SP-8 Manhole EA $ 0/"'00 /EA /,;{ 0 0 7.6-C Rebuild Manhole 1 EA $ /00 Ooc;EA /000 00 3-A Remove Concrete Pavement 9 SY $ /ooo/SY 9000 SP-2 Sawcut Concrete 24 LF $ ,;( 0 O/LF 1/.;> 00 SP-41 Sawcut Asphalt 4,122 LF $ / tJ O/LF 7"/;:(';< 0 0 5.8 6" Concrete Pavement 9 SY $ v"'.:<. 5CJsy /!9~ S-O 7.4.5 Class A Concrete 1 CY $ 7S OC;CY /'SOO 00 8000 OJ SP-4 Lower Water Lines 4 EA $,,{'OOO /EA SP-37 Excavation Protection 950 LF $ / 0 0 /LF 9.5000 00 ~~oo 150 1.21 Contractors Warranties and - LS $ .,15'00 /LS Understandinas co /00C;) oU 8.1 Barricades, Warning Signs, - LS $ /tJOO /LS and Detours SP-10 Rock Excavation 50 CY $ /0 00 ICY 50() 00 Project Signs 2 00 YoooO SP-39 EA $ /00 /EA Preparation of ,,0 /0000 3.1 - LS S /00 /LS -^"-...... P - 6 Peak Street SanitarY Sewer (Continued) WORK DAYS BID NO. PO NO. 30 BID TABULATION SHEET I~ DESCRInIOH QUAIlTIn UHI~ UHI~ PRICE !f01'JlL Materials incorporated DO into nroiect n1us labor $5'10/3 Other $6'/0/9 ;)0 - , Total .,,~ .,5"c $, V3~S'o P - 7 BID SUMMARY REPLACE MISCELLANEOUS WATER LINES 1991 TOTAL BID PRICE IN WORDS Ilt./o )Id,~pr/ .s//~ hI' /h",,, ,On d / ';;'/.' ,;{ /-' me/'"~ "c1 r:. n c;;' //0 ,v .5' c;-) r/ /? n r P n I- .5 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. [,/;;",/77 .T Sc/'ujlz: he; ~C<. Co'e-/e L CO/7S~dC~CJ/7 CONTRActOR BY ;;Affic<~ '~~~~ 3t::JO ,jJ 7/a/77/?7P 7 J/ /,NI M//h ~ /,;{/Y'o street Address City and state Seal & Authorization (If a corporation) %/7 d93 - /563 Telephone B - 1. BID SUMMARY PEAK STREET SANITARY SEWER TOTAL BID PRICE IN WORDS 0/7<' /,,,,,///,/ /,{>r/~ ///-<!! -//'nE/ ,00 /" / IL.,. 1;/ lu/," rh //a ,/ .s- on/ ///,. r/nf<; I 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. !Jlltcu.,., ::r 'schu//c f-;c dbq ('/:,.,,/" 'C' !':/In ,/ CONTRACTOR BY J~cW.. yr ;:LJ /?- '" 5'/ d:, n I c500 t/ /';0 /??/71,p // street Address h/ I LA/I/' Wa)" ;/,:{/y{) city and state Seal & Authorization (If a corporation) /?/7 .-/9 f' --/~h? Telephone B-2 ~ ," . . BID SUMMARY PAYNE DRIVE WATER LINE TOTAL BID PRICE IN WORDS ...5';;I:/" J/,c /Lot/<50/?d hu, AC//7o?"'/ I jL>~, /J//7f) /o//t;/s o.l?d ~hf r"/JI, 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 proposal, shall control over extensions. jJ///q/77 J ~h"j:lz .z;?L. /.6a.. 0,;/e 'C' ~/7,~/",~75~n CONTRACTOR , BY /'~/h~-ro- ~ ).L~ 5c?tJ IJ h/7?/77 -// hr7 d~ ~a.5 /6/;/6 Street Address item listed in this :"- .., ,- 'l", -., <'" Ci' 'j,. ~) , '. city and state ~ Seal & Authorization (If a Corporation) \, '. %'/7 - ~9r- //?6J Telephone . " B-3