Loading...
1992-055 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, b~d 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- lng the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 1347 MANNING INC $46,345 65 1348 ALMOND ROOF CONSULTANTS $88,550 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 w~th 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 ap~ ~ PASSED AND APPROVED this the day of ,1992 BOb CASTLEBERRY, MAWR ~ / ATTEST JENNIFER WALTERS, CITY SECRETARY APPRO D AS TO LEGAL FORM DEBRA A DRAYOVITCN, CITY ATTORNEY ALL0001F DATE April 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1347 - NOTTINGHAM CONCRETE WORK RECOMMENDATION We recommend this bid be awarded to the low bidder, Manmng Inc in the total amount of $46,345 65 SUMMARY This bid is for all materials and labor for the construction of specified concrete work The bid includes 905' of 4' sidewalk, 2850' of curb/gutter, 215 square yards of flatwork and driveways along with 4089 square yards of hydromulch and other associated activities The project is located south of Umverslty Drive and North of M~ngo Road The concrete work is a portion of the Nottingham Drive Project BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Citizens of Denton, Engmeemng Department and Street Division FISCAL IMPACT Funds for thts project will come from Street Bond funds account # 443-020-STRT-8526-9105 /~spectfully submitted City Manager Approved Name TomD Shaw, C P M Title Purchasing Agent 257 DOC TS/ih BID # 1347 BID NAME NOTTINGHAM CONCRETE MANNING FLOYD SMITM SOUTHWEST WORK IND CONST OPEN MARCH 24, 1992 # ITEM DESCRIPTION VENDOR VENDOR VENDOR 1 TOTAL BID $46,345 65 $48,674 15 $78,253 00 2 BID BOND YES YES YES DATE April 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the C~ty Counml FROM Lloyd V Harrell, City Manager SUBJECT BID #1~48 - REROOF ]~ILY FOWLER LIBRARY RECOMmeNDATION We recommend this hid be awarded to the low b~dder, Almond Roof Consultants, m the amount of $88,550 00 SUMMARY This bid ~s for all labor and materials to replace the roof on the Emily Fowler Public Library The prelect will have a 15 year warranty from the materml manufacturer, and a 2 year contractor warranty winch guarantees a waterproof building BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Emily Fowler Library and Citizens using the Library FISCAL IMPACT Funds will be from Certificates of Obhgatmn #445-032-ROOF-9217 #445-032-ROOF-9122 C~ty Manager Prepared by Name Denise Harpool [ T~tle Senior Buyer Name ~om D Shaw,C P M Title Purchasing Agent 256 DOC DH/Ih Cf;L-o:rs.. CONTRACT AGREEMENT COUNTY OF DENTON s s STATE OF TEXAS THIS AGREEMENT, made and entered into this 7 day of APRIL A.D., 19J!L., by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. lIARRRT.L thereunto duly authorized so to do, hereinafter termed "OWNER," and URRV MANNING. INC. 821 KINGS ROW, DENTON, TEXAS 76201 of the City of and State of DENTON , county of DENTON "'RYA~ , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be illade 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 # 1347 - NOTTINGHAM CONCRETE WORK in the amount of $46.345.65 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA - 1 . all maps, plats, blueprints, and other drawings and printed or ~written explanatory matter thereof, and the specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent status It is mutually understood and agreed by and between city and contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. city shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the city Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the city of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the state of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special conditions of the Contract. CA - 2 _. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: trj,,-l0~ edAf k~Q B 0Altd.1A~~ o (SEAL) ATTEST: LARRY MANNING INC ~~,. Title ~ (SEAL) ::::---;: (. -;-0' /'k< 1_5/ -. -. ( CA - 3 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON s s Bond No. TX 482027 KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC. of the City of DENTON , and State of TEXAS NERCHANTS BONDING CONPANY (Nutual) County of DENTON 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 Forty Six Thousand Three Hundred Forty FIVE AND65/100------------------ Dollars ($ 46,345.65 ) 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 7 day of APRIL 19---22., for the construction of BID # 1347 - NOTTINGHAM CONCRETE WORK in the amount of $46.345.65 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 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 anyway 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 and sealed this instrument this 27th day of 19~ Surety have signed August LARRY HANNING, INC. Principal ~G Title HERCHANTS BONDING COHPANY (Hutual) Surety ~ '-fJ~~~ Title Pauline L. Lesch Attornev-in-Fact Address: 82l Kings Row Den-ton O. TX 76201 Address: 2100 Grand Ave. Des Haines, IA 50312 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: PCL Insurance Agency, Inc. 206 Elm St., Suite 105, Lewisville, Texas 75057 NOTE: Date of Bond must not be prior to date of Contract. PB - 2 IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 FAX #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or 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. PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON s s KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC. of the City of DENTON County of DENTON , and the state of TEXAS as principal, and ~IERCHANTS BONDING COHPANY (Nutual) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of FORTY SIX THOUSAND THREE HUNDRED FORTY FIVE &65/10(J)ollars ($ 46.345.65 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 7 day of April 19--22-. BID # 1347 - NOTTINGHAM CONCRETE WORK in the amount of $46.345.65 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 anyway 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 27th day of 19~. Surety have August LARRY HANNING, INC, principal ~~~ Title '-"""~ MERCHANTS BONDING COHPANY (Hutual) Surety fakuJX~ Title Pauline L. Lesch Attorney-in-Fact Address: Address: 821 Kings Row 2100 Grand Ave. Denton, TX 76201 Des Haines, IA 50312 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: PCL Insurance Agency, Inc. 206 Elm St., Suite 105, Lewisville, Texas 75057 Jv PB - 4 MAINTENANCE BOND THE STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC. as principal, and NERCHANTS BONDING COHPANY (~lutual) 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 Four Thousand Six Hundred Thirty Four and56/100----- Dollars ($ 4.634.56 ), 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 LARRY MANNING INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1347 - NOTTINGHAM CONCRETE WORK which contract and the plans and specifications therein mentioned, adopted by the city of Denton, are filed with the city Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 ~accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause 'during said time. IN WITNESS WHEREOF, the said LARRY MANNING, INC. as Contractor and Principal, has caused these presents to be executed by and the said HERCHANTS BONDING COHPANY (Hutual) as surety, has caused these presents to be executed by its Attorney-in-Fact Pauline L. Lesch and the said Attorney-in-Fact has hereunto set his hand this 27th day of August , 19 92 SURETY: HERCIIANTS BONDING COHPANY (Hutual) BY: '?CLv.h..~;;(' ~Jj Pauline L. Lesch Attorney-in-Fact Attorney-in-Fact PRINCIPAL: LARRY MANNING, INC, MB - 2 Lewisville, Texas 27th August December 31, 1992 92 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below, It is hiqhly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract, upon bid award, all insurance requirements shall become contractual obliqations which the successful bidder shall have a duty to maintain throuqhout 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 s~all 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 siqned 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.VII 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 officia15, agent5, employees and volunteer5i 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 additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. o All policies shall be endorsed to provide thirty(JO) days prior written notice of cancellation, non-renewal or reduction in coverage. o Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. o Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. o Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE 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: 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 ~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 not less than 500,000 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. (ISO Form CA 0001 Current Edition) [X] Workers Com~ensation 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 limi ts of at least $100,: 00 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 .Name a"d Address of Agency City of Denton Reference: Project Name: Project No: Phone Project Location: Managing Dept: --------------------- ----------- --------------- --- . .. Name and Address of Insured: Companies Affording Coverage: A B Phone C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time. 2) The City of Denton is listed as an additional insured as to all applicable coverage. Company Tvoe of Insurance Po I i cv Nuniler Expiration Limits of Lia~lilHY Letter Date In Thousands 000 Comprehensive General Liability Occurrence - Occurrence - Claims Made (see ,4-Page CI-4) Bodi ly Injury $ Broad Fonn to Include: Property Damage $ - Premises/Operations - Independent Contractors - Products/Completed Operations Bodily injurY and Property - Personal injurY Damag. CaIOlned $ ! - Contractual Liability(see '3-Page CI-4) , - Explosion and Collapse Hazard I - Underground Hazard I - Liquor Liability Coverage - Fire Legal LiabIlity (see IS-Page CI-4) . I - Broad Fonn Property Damage i -- --- ----------1 - Professional Errors/Omissions - occurrence - claims made (see '4-page CI-4) Comprehensive Automobile Bodily InJury/Person f Liabi lity Bodily Injury/Accident ------- - OWned/Leased Automobiles Property Damage $ - Non-owned Automobiles - -- ---- - Hired Automobiles Bodily Injury/Property Damage Cnined $ - WOrkers' Compensation and itatutory Amount Employers' Liability eac aCCl ent - OWners' Protective Liability $ Other Insurance - - i Description of Operations/LocationslVehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. (See '2, Page CI-4). N_ and address of Certificate Holder. CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS S1. DENTON, TEXAS 76201 DAlt l~~UtU AUIHORlLtu RtPRt)tNlAlllc 0451 CI - 5 SEE DEFINITIONS ON PAGE CI-4 ATTACHED. 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 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 BID TABULATION SHEET ~- - I~ DBSCJlIPTIOJI . gUAJl'J!I!r!' UJfI!r UJfI!r PRICE !ra.rJIL 1.21 Contractors Warranties - LS $ / dJdJQf;C./LS $ /Ot!JtJ:OR and Onderstandinas a.l Barricades, Warning Signs - LS $ 5COt!fLS $ 5oo~ and Detours S.a-A.l 6" Concrete Flatwork 30 SY $ ~7 ~ ISY $ II (), at) , a.3-A 4" Concrete Sidewalk 90S SY $ I~.(JI) ISY $ I'{, 'I.!O ~ a.3-B 6" Concrete Driveway la5 SY $ ~'!:>~ ISY $ tJJ5~ a.2-A Concrete Curb & Gutter 2,aSO LP' $ 5, ~ ILP $15.(P7~ a.lS 4" Concrete Riprap 150 SY $ ;)0,90 ISY $ 3oro.92 3.10.7 Hydro Mulch 4,089 SY $ , gS-4/sy $3470. ~ 7.6.A.1 Recessed 6' Curb Inlet 1 EA $ 750ctfEA $ 750,~ Too & Throat 7.6.A.2 Special Recessed 6" Curb 2 EA $ I{)(JJO <<> lEA e>:;, $~.- Inlet TOt) & Throat 2.ll.5 Inlet Prame & Cover 2 EA $ :;otlf lEA $ lifpo ~ TOTAL $q(p ?fl6:~ ,- , 3.10.3* Seeding 4,Oa9 SY $ .50q.ISY $ ,104"1.5a * seeding (3.10.3) may be used as an alternate in whole or part for Hydromulch (3.10.7) at the direction of the engineer. P - 3 BID SUMMARY TOTAL BID PRICE IN WORDS r::-IJY-!y ~N. -M/U"idnc1,' ..;h/'tL bNld foy+'1 -A~ rtoSj;6D 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. ,111 fl J1/1 /;'} ..5 ,k ( - CONTRACTO~ . BY f()/J.u~'-7Y!~~ -liP fa} J/.h7~< ,,la,uf street Add ss DelC+PVL T>( City and s~ate Seal & Authorization (If a Corporation) ,1c?d- 03/4 Telephone B-1 SALES TAX Materials which are incorporated into or becomes part of the project are exempt from sales tax. A "separated contract" will be issued by the City of Denton which separates charges for material from charges for labor. The contractor is expected to execute a resale certificate instead of paying the sales tax at the time of purchase. The City of Denton will issue an exemption certificate for the materials as long as they are a part of the finished project. If a contractor does not issue a resale certificate, then the amount of sales tax must be included in the prices quoted. No additional compensation, beyond the prices quoted, is due the contractor for sales tax. A. Total Labor ....................... $ $ 3lC. ,14SSff , g) J(p, (Xx) { B. Total Materials ................... 1200.DOC CERTIFICATE OF INSURAHCEI PRODIIcn. DEWTON INSURANCE CENTIR IKC p 0 DRAWE~ C DEWTON, TX 76202 PftoIlE817-387-9501 cs~ CW 09/03192 ntB eaJ\I!!i'Ic::ND I. lBBV1ID As .A HM"Z'b. OJ' Ilfll'OItICA'rlOX ONLY >>to CORFlU IlO RIaJI'l!S Uro. rq CIIl'1'%'11IM'.Il HOLDIll. TIII1 <:D'l'T>TOllR DOZ' N&r- AKuD, anmm OA Al.'l'BR T,q COVBRAGS APFORD2tJ BT TRB llOLJ'<:lll UlIOW. -----...-- cOMiouiiii-D'roRiiiiici--aOV8RiOi----m-. __m____ -;;;~;-----.-.---.------.-.---...-------------.--.. .~;;;~~;.~----ii()liiii:C;i1.-~iiii~i1i---------------.----..------ .~;;iN_;-~-ii-----~----ww_-----~---------~----------------~~.__________ .~;;~--~-c:----------~----------------~--------.---~~---------~------ Larn Mannino 821 Kings Rcrii D9ntQn TX 76201 1110 --------....-----...---------------------...-------------~~----------...... OOllPAIn: LlftlIl D ------------------------------------------~-------------------------------- COJlPl\RY LE'l'l:III\ B ~ COV!~ES <..~.~..-.gzg.............~....--.....E......__..........~..&Z=3....~....~=...-..a~=a.._...a=~~.......:;a..._... TaU IS '1'0 CXR!l':l:J'T 'rRAT POLICl:l:ls or Ilf8URANCI tISTlD bLOW lAW UBtf 1'8smm to TO IWIITJJUm IfAJtBD ABOV.I Il'OR Tail PoLJ:C)' "RIOD INDICA'l"m). NO'nt'ITBS'1'AlmIKG ANY ~UIUKmP1', 'HtUC OR CON1>.tT.toa or AlY CoNTRACT OR. 0'1'DR DoCUMHH'l.' wiTB RU~I~ 1'0 tf'!rICH TillS CBR.TIPICATE NAY BE ISStmD Oil KAy PD'1'AI'N, '!U IN'SURANCIl APPOROlD BY Tn PQLI('In p.SeRIno DUtil Ie IUa.7I!lCT '1'Q ALl. 'l'ERN$, BXCLUDI'OHB, UP COHD:l:TtOHB 07 IUQ. 'OLtCIU. r.:tHt'llJ llOWlf MU' aft illER R:lD~ ay ltArO CLAIMS. --------~------____M___W_____~.______...__._._____________________~______________~______~_______..__._._________________.________ eQ TYPE 0,. IlfSUR4)i1;:5 POLl:cy Nl1MB11l S'Ol.ICY .n Pot,ta ED L!Mtw LTR _ llA!l'Il --- c;!;iilil~-.I;iililii:iTii-- .-----.-------------------. -.--.---------. -------------- ;~-~;;---i-;iiCiii~-oiii A [ll OO,"",ReIAL aft. LI....un'y 5CG:L9368069-06 03/24/92 03/2&193 ;;o:;;;;W;i;;;-~~-- r;OOO~-OO( I J OLU,," HAD. [Xl OCe. .;;:-;-;;~'~;:i~;; r;O{jo~OO( I OlfllllllS's . OOIl':IlA01'<>Jl'. ;;;;;'~~;;;;;;;-m r;OOO;-OOC PROTB~ ...______....______ ______________ FiD OAHAcUl (AllY 0lIll .IRllI 50,000 ~-------_._------- -------------- HlI!>. IXP.llu (-'lIY Olm PIMO,,) 5, 000 -.- -jitJ~()j(()iBitX;~..i:ii\Ei.---- -----------.--------------- -......-.-----. -....------... ~~;;~-;;;~-~;;;;- i~-()ojj;-ojjc A [X] AlIt AU'rO [ } ALL otfflIiD AMos ( ] 8CBBDutZD AU~8 [ J IfIRJIl!) AUTOS r 1 NOlf_OWWI!J .\T.1'1'OS ( ] GARAGE L;n~.uILl'l"r I I lAUT9400011-06 03/2'/92 03/24/93 ~DllY..~y (P.R PllRSOII) --~._------________ _____w_.~_____ ___________ft_______ ___________.w. sontl.y rlfJURY (PER. ..lCC:1D1CN'1') -~_____~________M__ ____.._______. .-- -Ei[C!Eiiil--~i-jJjIj;j[~ir---- --------.--.--------------- -------.------. ----.-.-.---.. ;;~;-~;;;;;;;;---- -------------. [ 1 UHBRlLLA PORN ___._______________ ______________ { J OTHER TJWf UHBUtt.A P01UI AOOR:ldAn --- ----.~--______ft________________ --..-----~...-------------- ------------.-- -------------- --i;;;~;;-~;;;;; ----------~~-- A WORKERS' COMP OSTWCI028206-00 03/24/92 03/24/93 EACH AOOrDBN'rs 50000,0088 JUgI) DlS....-POt. LIMIT , EMPLOYERS' LIAS bI81W11-lIAe. ..... 500,0 0 --- ----------------------------~-- ---~--------------------_.- ------+-------~ -----~--._---- .._-----_._---~-------._--....---- OTHER PRMBRft !WilGA ----------------------~-------------------~._-------------~-------~------------------------------~------------------------------- DK8~RIPTIOH OP O'.RATIONB/~T%Q8./VlItOLle/.PacI~ IT1MB CITY 0,. DEH!rOH PURCHASING DEPARTNBHT 901-8 TEXAS STREIT DENTOH TX 76201 _AOORP 25-t (7/90) > CBkT1PtCAT! BOLDER <~g3............a.~....~.~.....> eAlfCItLAttOM <...K:.~...............~...33..~___e........==..N_._.__...... .. SBOUI.D An O't !t8I I.8O'V2 OSkJUUD 'OLIC:a:BS H ~ 81'ORB 1'Q a:X... . P!AA!l>roa CkI!J! TnUOP, ~ ISSUING COMl'JUlY W:!u, DDBAVOR TO MATI. 30 . nAYS ntTth >>o!l'ZeI T6 to CSR'rInCAT2 BOI.D.lR HAJIJIO 'M ll'HI %.JU'W, am . PUr.DAB '1'0 MIL .\Kiln 1f0000J:CB 1111111.1.1. %tQJQ58 No OBZ.:l:GA'l'fON OR LLAB:n..I'l'Y OP . AllY l.iliD WOlf TBI CONJtAllY, 11'& J.41N1'1 OA ADA:BSISN'l'AT1V1f1. .-----W___A_______~______~____________M__...____________.____________....____ .. AUTIIOMn.D QPU'aJf'1'AIf1'Yl Dellton ID.u~anc. Center Inc~ ,4./~1.,z... , ..., I "t -,..., L ' .. , , . ..-..-. I I I~~ ,...., ~.-,-.. 1'-''-' 'T.-.. ,....,. ......... ~ '" ....-....... '1;), - uss- CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this 27 day of APRIL A.D., 1992 , 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, Party of the First Part, hereinafter termed the OWNER, and _P.O. BOX 292213, LEWISVILLE, TEXAS 75029-2213 of the City of LEWISVILLE , County of DENTON And State of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID # 1348 - REROOF EMILY FOWLER LIBRARY in the amount of $88,550.00. 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 t~ furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of ttle 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 other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ARMKO INDUSTRIES, INC. , all of which are made a part hereof and collectively evidence and constitute the entire contract. CAl CONTRACT AGREEMENT SPECIAL CONDITIONS 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 and 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. ~2 CONTRACT AGREEMENT IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: /., ~/ffy, ~ ~~.~ (SEAL) ~d~~ (JIll:"" /1<~'JU"- ALMOND ROOF CONSULANTS ~he Second Part, CONTRACTOR <-~ Title C)tv/'C'__ (SEAL) CA3 PERFORMANCE BOND STATE OF TEXAS ~ ~ COUNTY OF DENTON ~ KNOW ALL MEN BY THESE PRESENT: That of the City of and State of ALMOND ROOF CONSULTANTS LEWISIVILLE TEXAS County of DENTON 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 EIGHTY EIGHT THOUSAND FIVE HUNDRED FIFTY AND NO/IUU-- Dollars ($ 88,550.00 ) 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 ~ day of APRIL , 19~, for the construction of BID # 1348 REROOF EMILY FOWLER LIBRAY in the amount of $88,550.00. which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and convenanted by the Principal to be observed and performed, and according to the truf' intent and meaning of said Contract and Plans and Specifications hereto annexed, th"n 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. 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 changes, 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 changes, extension of time, alternation or addition to the terms of the contract, or to the work to be performed thereunder. CA4 PERFORMANCE BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 27th day of April 1992. Title Owner Victore Insurance Co. Surety ~ ../n, ~- .... ~~ - --~--- r ,-- - -_ ~ -' ~, '-.../ - ~~- ~--/ Title torney-in-~al::f.'.' - A_~'.::-~ 1/260 '7.5'~:Ol '~~ Almon" Roof Consultants Principal BY&~~ Address PO Box 292213 Lewisville, Texas 75029-2213 Address 3102 Maple Dallas, Texas (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Baldwin Insurance and Bonding 1201 KAS Dr., Suite B Richanl.on, Texas !:lOBI NOTE: Date of Bond must not be prior to date of Contract. CAS PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON ~ ~ ~ County of DENTON as PRINCIPAL, and authorized under the principals, are held THESE PRESENT: That of the City of , and State of ALMOND ROOF CONSULTANTS LEWISVILLE TEXAS KNOW ALL MEN BY laws of the State of Texas to act as surety on bonds for and firmly bound unto the THE CITY OF DENTON , OWNER in the penal sum of EIGHTY EIGHT THOUSAND FIVE HUNDRED FIFTY AND NO/IOO------------------------------- Dollars ($ 88,550.00 ) 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 ~ day of APRIL , 19 92. BID # 1348 - REROOF EMILY FOWLER LIBRARY 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 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. 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 changes, extension of time, alternation or addition to the terms of the contract, or to the work to be performed thereunder. CA6 PAYMENT BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 27th day of April 1992. Almond Roof Consultants Principal Victore Insurance Co. Surety BY~~~~/ ~.._....n.n....... ~ . ~~~~ '- '" ,-" ~---~- .. . 0- _ _ _~..- . . ._-_._. ~""''-'-~~-~---./-~ -:- -- --. -'"-- Title Attorney-in-F~cJ;; , .-:::.: :..: '-' ~ ~./' Title Owner Address PO Box 292213 Lewisville, Texas 75U:iY-2213 Address 3102 Maple DAllas, 1 exas AV?;.~260- i.Y201 . ., - -,- (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: R~ld~rin TnQl1r~nro ~nrl Rnnrling 1201 (AS TIT . ~'1i~A R Rirh~rrl~nn, Tpy~~ 75081 CA7 VICfORE INSURANCE COMPANY . . 6303 NORTH PORTLAND, SUITE 100 OKLAHOMA CITY, OKLAHOMA 73112 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That VICfORE INSURANCE COMPANY, a Corporation duly organized under the laws of the State of Oklahoma, having its principal office in Oklahoma City. Oklahoma, pursuant to the following resolution which is now in full force and effect: II'That the Chairman of the Board may from time to time appoint Attorneys.in-Fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate and other writings obligatory in nature of a bond, and such officer or the Board of Directors may at any time remove such appointee and revoke the power and authority given him" does hereby make, constitute and appoint: ------------------------LANNY W. LAND, ALTUS E. WILDER, 111-------------------------- its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: All bonds except Bail Bonds and not to exceed on any single instrument UNLIMITED AMOUNTS < o - C 'TI -I :J: - en C z m z ~ - z :::c m c - z ?i This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 12 day of May, 1989. "Resolved, that the signature of the Chairman, Vice Chairman, President, Executive Vice President, Vice President and Assistant Vice Presidents and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF VICTORE INSURANCE COMPANY has caused these presents to be signed by its Chairman of the Board and its corporate sealtobealflXed.this 12th day of MAY .1989 (STATE OF OKLAHOMA) (County of Oklahoma) ~ew.(J.\~ Altus E. Wilder III Onthis 12th day of MAY ,19 89 before me, a Notary Public of the State of Oklahoma in and for the County of Oklahoma came Altus E. Wilder III to me personally known to be the individual and officer descnbed herein, and who executed the preceding instrument and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affIXed and subscribed to the said instrument by the authority and direction of the said corporation, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereun'o set my hand, and affIXed by official seal at Oklahoma City, Oklahoma, the day and year written ave. Notal)' Public, Oklahoma Count, Oklahoma City, Oklahoma My Commission Expires FEBRUARY 2. 199 I CERTIFICATE I, the undersigned, Chainnan of the Board o[ VICfORE INSURANCE COMPANY, a corporation of the State of Oklahoma, DO H~REBY ~~_~ that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and !Ui1herm6r~e:,lha.1 tlie-_ Resolution of the Board of Directors, as set forth in the Certificate of Authonty; are now in force. '- - ......... - '-, Signed and Sealed al the said Company at Oklahoma City, Oklahoma, dated this 27th day of Apri 1 . f9 92 - ~ ~~~i:L~ Chairman or the Board N~ and Address of Agency City of Denton Reference: project Name: project No: Phone Project Location: . Managing Dept: -- --- ------ . Name and Address of Insured: Companies Affording Coverage: A B Phone C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this tin 2) The City of Denton is listed as an additional insured as to all applicable coverage. Company Tv De of Insurance Po I i cv Nuntler Expiration Limits of Lia~ll \fY Letter Date In Thousands 000 Comprehensive General Li abil i ty Occurren - Occurrence - Claims Made (see #4-page CI-4) Bodi ly Injury $ Broad Fonn to Include: Property Damage $ - Premises/Operations - Independent Contractors - Products/Completed Operations Bodily injury and Property - Personal injury Damage Canbined $ - Contractual Liability(see #3-Page CI-4) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal LiabIlity (see #5-page CI-4) - Broad Fonn Property Damage ---------------------- --- ------------ ------- - Professional Errors/Omissions - occurrence - claims made (see #4-page CI-4) Comprehensive Automobile Bodi ly Injury/Person f Liability Bodily InJury/Accident - ------- ------- . - Owned/Leased Automobiles Property Damage $ - Non-owned Automobiles ----- -- ----- -- - Hired Automobiles Bodily Injury/Property Damage Canbined $ - Workers' Compensation and itatutory Amount ~loyers' Liability eac aCCl ent _ OWners. Protective Liability $ Other Insurance - - Description of Operatio~s/Loc~tions/Vehicles. . . non-renewal, or material change in coverage. Each policy shall requIre thlrty (30) days notlce of GAncellatlon, (See #2, Page CI-4). Name and address of Certificate Holder. DAlE {SSOI:O CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS ST. DENTON, TEXAS 76201 AUIHURIZI:U REPRESI:NIAI {VE SEE DEFINITIONS ON PAGE CI-4 ATTACHED. nO.d.lOil CA10 CITY OF DENICN - EMILY FCWLER LIBRARY - DENICN 1 TEXAS PART 1 - GENERAL INS'IROCI'ICNS 1.1 QUALIFICATIONS FOR BIDDING: To qualify for bidding, each contractor is required to obtain a copy of the Bid Invitation, Proposal, General Instructions, Materials, Execution, Drawings, Contract Documents, and attend the Pre-Bid Conference on (DAY) Monday , (DATE) March 16 1992, at 10:00~/PM, at City of Denton Purchasing Department Conference Room, located at 901-B Texas Street, Denton, Texas. 1.2 INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicted, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: (a) Thirty (30) days advance written notice of material change or cancellation shall be given; and (b) The City of Denton shall be an additional named insured on all policies. 1.2.1 Workmen's ComEensation and Emp~~.~ Liability: This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: (a) Workmen's Compensation - Statutory (b) Employer's Liability - Statutory GI1 CITY OF DENICN - EMILY FCWLER LIBRARY - DENICN, TEXAS 1. 2.2 1. 2.3 1. 2.4 Comprehensive Automobile Liability: This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: (a) A combined single limit of $500,000. Comprehensive General Liability: This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. To the extent that the Contractor1s work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: (a) A combined single limit of $1,000,000. Summary/Definitions: Summary The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. GI2 CITY OF DENICN - EMILY FC:WLER LIBRARY - DENICN, TEXAS Summary - Continued: Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from nay deductible provisions, corridor of self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not be~in any work until the Owner has reviewed and approved the insurance certificates and so notified the contractor directly in writin~. Any notice to proceed that issued shall be subject to such approval by the Owner. Definitions 1. Additional Insured: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) 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 Covera~e: (Liability assumed by the contract or agreement, and would not otherwise exist.) The contractual liability 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 contactor 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 (1) year (to provide coverage for the warranty period), and an extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. GI3 . CITY OF DENIm - EMILY FOVLER LIBRARY - DENIm, TEXAS Definitions - Continued: 5. Fire Legal Liability: (Required in all contracts that involve the occupancy, construction or alteration or 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. PROJECT #31020292 PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY CITY OF DENTON NAME OF BIDDER: Almond Roof Consultants 3-24-92 DATE: MS. DENISE HARPOOL, PURCHASING CITY OF DENTON 901-B TEXAS DRIVE DENTON, TEXAS 76201 Dear Ms. Harpool: The undersigned, in compliance with your advertisement for Bids for Reroofing on certain areas of the following building: THE EMILY FOWLER LIBRARY 502 OAK LAWN, DENTON, TEXAS have examined the Drawings and Specifications, together with the related documents and all conditions surrounding the work, and having visited the sites of the proposed work, hereby, proposes to furnish all work in every detail in accordance with the Contract Documents with the time set forth herein and at the prices stated below. These prices shall cover all expenses incurred in performing the work under the Contract Documents, of which the Proposal is a part. Attached herewith, please find (Bid Bond) in the amount of $ five percent (5%) of the bid. (Cashier's Check) (Certified Check) 4.427.50 (.05% bid bond) I (or we) acknowledge receipt of the following addenda: ADDENDA .~ 111.,. /' '- .3 ~,r--( Initial) , ADDENDA In: (.Initial) ADDENDA #3: (Initial) P1 PROJECT #31020292 PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY CITY OF DENTON CONTRACT DOCUMENTS: Having examined the Proposal, General Instructions, Materials, Execution, Drawings, and Contract for Project #31020292 and Conditions for Reroofing work, and having examined the premises and circumstances affecting the work, the undersigned offer: OFFER: 1. To furnish all labor, material, tools, equipment, transportation, bonds, all applicable taxes, incidentals, and other facilities, and to perform all work for the said Reroofing for the following area: BASE BID - THE EMILY FOWLER LIBRARY, 502 OAK LAWN, DENTON, TEXAS Eighty EiQht Thousand Five Hundred and Fifty & 00/00 $ 88,550.00 UNIT PRICE PROPOSAL: 1. Remove and replace damaged concrete decking: $ 5.50 per square foot. 2. Remove and replace deteriorated nailers: $ 1.50 per linear foot. 3. Additional cost over and above the contract amount for replacing wet fill material: 1-1.75 per inch per square foot. 4. Install four (4) inch roof drain: $ 450.00 each. 5. Install four (4) inch cast iron drain line complete with all connections, elbows, etc.: $ 6.50 per linear foot. 6. Additional cost over and above the contract amount for weekend or overtime requested by the Owner: $ 7.00 additional cost per man per hour. QUALIFICATIONS: 2. Contractor shall fill in below material manufacturer's company name of materials being bid on. Coal-Tar Elastomeric Membrane (CTEM): Hy-Load Base Sheet: Manville 28 lb. Glass Base Bitumen: Manville Perlite Manville Type IV Manville or Trumbull (Type III) Insulation: Felt: P2 PROJECT #31020292 PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY CITY OF DENTON Upon receipt of notice of acceptance of this bid, within thirty (30) days of the date of this proposal, I (or we) agree to execute the formal contract within ten (10) days thereafter, and to deliver an Insurance Certificate, a SURETY BOND in the amount of ONE HUNDRED PERCENT (100%) of the contract price for the faithful performance of the contract, and a ONE HUNDRED PERCENT (100%) STATUTORY PAYMENT BOND. The undersigned agrees to complete all work shown on the drawings and in the specifications within the time limits set forth below subject to additional days that may be added due to inclement weather and/or other justified and reasonable extensions or time as may be approved by the Owner. Contractors that are awarded contracts shall be prepared to immediately sit down with the City of Denton Representatives and present a plan that will illustrate how progression of work is to take place to insure completion of all work within specified time limits. The time limits are as follows: If a contractor is awarded the project, project must be completed within thirty-five (35) calendar days or contractor will be subject to liquidated damages as set forth below. THE OFFICIAL WEATHER RECORD WILL BE KEPT IN THE CITY OF DENTON DIRECTOR OF MAINTENANCE'S OFFICE. The undersigned agrees that the owner may retain the sum of THREE HUNDRED DOLLARS ($300.00) from the amount to be paid to the undersigned for each calendar day that the work contemplated remains incomplete beyond the time set forth, Sundays and Holidays INCLUDED. This amount is agreed upon as the proper measure of liquidated damages which the owner will sustain per day by failure of the undersigned to complete the work at the stipulated time, and is not to be construed in any sense as a penalty. Payment will be made to the Contractor within thirty (30) days after receipt of written acceptance of project completion from the Owner's Representative, Contractor's invoice, and all written warranties from both Contractor and Manufacturer. P3 PROJECT #31020292 PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY CITY OF DENTON I (or we) agree to promptly furnish a correct and current financial statement of condition with list of owned equipment and an experience record of completed projects for examination by owner and architect, if same is required. SEAL (If by Corporation) RESPECTFULLY SUBMITTED BY Almon~ Roof Consultants ~/~~ -C TI TLE Owner ADDRESS PO Box 292213 Lewisville, Texas 75029-2213 Indicate if: () Partnership ( ) Corporation (X) Sole Owner If a partnership, list names and addresses of partners: If corporation, indicate state in which corporation was organized and is existing: Principal Stockholders: (Name and Address) P4 'DATE \04/22/92 ------------------------------------------------------------------------------- PRODUCER iTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO VECELLIO INS. AGY. INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5177 RICHMOND S. 672 )HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR HOU, TX 77056-6736 I~~~~~_~~~_~~~~~~~~_~~~~~~~~_~~_~~~_~~~~~~~~_~~~~~~__ : COMPANIES AFFORDING COVERAGE (COMPANY-LETTER-A-AETNA------------------------------ INSURED-------------------:COMPANy-LETTER-S-REPUSLIC--------------------------- ~~~0~~2~~gF CONSULTANTS (COMPANY-LETTER-C------------------------------------- LEWISVILLE, TX 75029 ICOMPANY-LETTER-O------------------------------------- !COMPANY-LETTER-E------------------------------------ CERTIFICATE OF INSURANCE COVERAGES THIS IS TO CERTIFY THAT 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 ' , , POLICY , POLICY , LIMITS LTRi TYPE OF INSURANCE i POLICY NUMBER (EFF DATEiEXP DATEI ---IGENERAL-LIABILITY---,----------------/--------,--------IGEN-AGG--;----------- : ! 1 Cot11'1ERCIAL G/L ) :): PROD AGG $ [ JCLAIMS [ JOCCR PERS INJ $ : OWNER&CONTRACTORS: ::: EACH OCC $ FIRE DMG $ \ I \ I I t1ED "'XP $ ___1______--------------/---------______1________1___-____/____~________________ : AUTOMOBILE LIABILITY: ::: ~ ANY AUTO I I CSL $500,000 I ALL OWNED AUTOS I I --------------------- B : Q ~~~~gu~5~O~UTOS )TBD :4/15/92 )4/15/93 :~~_~~~~~l!___________ I X NON-OWNED AUTOS I \ 1 : 81 (ACC) $ I r GARAGE LIABILITY I I ---------------------- 1 t I , 1 , PROP DI'18 $ 1______--------______1______---______1________1______-_)_____________________ /EXCESS LIA8ILITY I 1 I EACH OCC $ ) f ] UMBRELLA FORM: ::) AGGREGATE$ ] OTHER THAN UM8R. I \ I ___1______--------------\--------------- ________ ________ _____________________ I 1 I / I [ ] STATUTORY LIMITS A I,WORf;ERS COMPENSATION)CG20996244CCF :9/1/91 )9/1/92 lEACH ACC $100,000 AND DIS LIMIT$500,000 II EMPLOYERS , LIABILITY: i: IDIS EMPL $100,000 -------------------- --------------- --------\--------\--------------------- : OTHER ) : I / \ I I \ \ / / , 1 , I I I I I -------------------------------------------------------------------------------- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE-ROOF EMILY FOWLER LIBRARY, 502 OAKLAND, DENTON, TX 76201 PROJECT 1t1348 CERTIFICATE HOLDER IS AN ADDITIONAL INSURED WITH RESPECTS TO THE AUTO POLICY. ----------------------------------------------------------------------------- CERTIFICATE HOLDER CANCELLATION --------------------------------------- -------------------------------------- CITY OF DENTON, TEXAS PURCHASING AGENT 901 B TEXAS STREET DENTON, TX 76201 'SHOULD ANY OF THE ABOVE DESCRIBED )POLICIES BE CANCELLED BEFORE THE EXPIR- IATION DATE THEREOF, THE ISSUING COMPAN' WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN (NOTICE TO THE CERTIFICATE HOLDER NAMED /TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR IILIABILITY OF ANY KIND UPON THE COMPANY. IIiS AGE~:.~_~~_~~~~~~~~:.~:.:~~~~_________ :AUTHOR~ZED fEPRE~E~TA~~V~ , /'? / (/l .~,-C~ L JC ce.e. e., c' ___ -------------------------------------- ,. C E R T I F I CAT E o F INS U RAN C E This certificate ;s issued as a matter of information only and confers no rights upon the certificate IIssue Date 4/15/92 holder. This certificate does not amend, extend or alter the coverage afforded by the policies beLow. PRODUCER COMPANIES AFFORDING COVERAGE MILTON 0 JOHNSTON AND COMPANY P. O. BOX 690229 A:COLONY INSURANCE COMPANY HOUSTON S TX 77269-0229 B: Code 1300 ub-code 1 C: INSURED BERT ALMOND D: dba ALMOND ROOF CONSULTANTS P. O. BOX 292213 E: LEWISVILLE , TX 75029-2213 C 0 V ERA G E S This is to certify that 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 herin 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 NUHBER EFFECTIVE EXPIRATION LIABILITY tTR DATE DATE THOUSANDS GENERAL LIABILITY A X Commercial General Liability GL 1360053 8/30/91 8/30/92 General Aggregate $ 1000 ] Claims Hade 0 Occurrence Products-Comp/Ops Aggregate $ 1000 Personal & Advertising Injury $ 1000 Each Occurrence $ 1000 Owner's & Contractor's Protection / / / / Fire Damage (Any One Fire) $ 50 / / / / Medical Expense (Any 1 Person) $ 5 AUTOHOBILE LIABILITY Any Auto / / / / Combined Single Limit $ A II OWned Autos / / / / Scheduled Autos / / / / Bodily Injury (Per Person) $ Hired Autos / / / / Non-OWned Autos / / / / Bodily Injury (Per Accident) $ Garage Liability / / / / / / / / Property Damage $ EXCESS LIABILITY I EaC~ Occurrence I / / / / Aggregate Other Than Umbrella Form I / I / $ STATUTORY ~ORKERS' COHPENSATION / / / / $ (Each Accident) AND $ (Disease-Policy Limit) EHPLOYERS' LIABILITY $ (Disease-Each Employee) OTHER / / / / / / / / , DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESjSPECIAL ITEMS GENERAL CONTRACTOR ---- ~EVISED CE~TIFICATE JOB: RE-ROOF EMILY & WILL LIBRARY 502 OAKLAND DENTON TX 76201 PROJECT # 1340---CERTIFICATE HOLDER IS N~.MED AS AN ADDITIONAL INSURED CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the certificate holder named below, but failure to maiL such notice shalL impose no obligation or liability of any kind upon the company, its agents or representatives. CERTIFICATE HOLDER CITY OF DENTON~ TEXAS PURCHASING AGE~T 901 "B" TEXAS STREET DENTON , TX 76201- 1- 8 ITC 1991 TEL No.713-850-7281 Apr 27,92 15:52 No.029 P.02 HE.lmnNI. r: fll NI ". f< 1 HI '.' ['I r 1r>,:T~ I':' t, 'DATE !04/22/92 ' .' " .." _,., 'M ~... ,~. .".,,,~., "'...~ '*....,..,.... ..... __..~............. _ __ __. _ _ __.______ ___ ___. ___ _. ___... I [;I'!r'Uf.:(,[<y (:O~IH,ACT, ~.LJS:fl::CT TO THE CUND! nONS ON THE NEXf rAGE. ....-----........-..-----.---------------------.------.--------..------.. " I. (J/'ll..'()/'iY /' f3 I NDCF< NO. 1 !{c f-'lJl::ll. r c , i. . ...~l~;.~Ei:f:i:FIvE-;;~~-..-.-..i...hn~:~Ex;:'IRrTIO~~~;'1~" ". .. .. ......... ."'" ...... -------.. -..-- - - , -...... -.... - -.--.'. ---.. _,_.U_,. .'.h_ ) 4/15/92 ) 12:01 fXJ At1 ) 5/15/92 ) (X] 1;<:01 (l11 1 I J PM , , [ J NOON / [".l'THJ.;;- BINDER" Is"IssuED-;:; ni~xi:END "COVf.(~Ac.;E.-r l~nABOVt n / NnMED COMPANY PER EXPIRING POLICY # .)~~~~~i~~i;~-;~-;~~~~~i;N;;V~~i~~~~;;~o~~~~~n_-n--n-nn \91 CHEV PICK UP #6213 I \ / I r'I;:ODI if I. I" VECEL.LlO IN". 5177 rUCllHONl.1 HOU, 1 X 770!:,6 Arj'(. INC. S. (,72 (,736 COU:'. :..UD "COLn: ~. - -- -..- q-... .. -. .. I N~,lll,r {l BURr AU.l0ND D8A ALMOND ROOF CONSULTANTS BOX 2'~2213 LEWISVILLE, TX 75029-2213 cove ("\ (1 ("i I: ~:, .... .-.. - ---- ._-. n -. .-- 'yn --.._-. -----. -------~--.-,-....---..,,__~~_ft.........__............~ ........."..".....'~... .,,'..._..~."..n ._.__ t)T'[ nr 11 j :.1)/;:(11 lCE I COVERAGES/FORMS At1ou~n I)EI). I COII'IS f'R(,r'[;./y (:(,UC;r" 0\' LO,,~,I \ ~ ~ ill',':, r r: [ J !Jh'l) [ ".f"1 C; . ( I I / I / I I, , ~~~L~n~.Li~BIL1;~-.n-nn-(.n..---n-----------------------I~E~.~~~--;-------------- 11COtH'H-riClf,1 (;/1 I ,PROD AGO $ [ Ju t'lHb r ](Jccur,I'JCI:: IPEr~S INJ $ (lIJ: 1[.,<:. ~ (,.,,' ,., I;:ACTOr,,-, ) I EACH oce ~ F mE DI1G <$ ll;'F".'IW (J(\1'tl Ft;'F, Cl.AH1S: )1'11';0 0:'-' 'I> \' .. . , .......... ........................ -....1-............. .._m..... ..... . .......... I / C~.I. 1,500,000 \ 101 (PER:;')$ 81 (ACC) $ / ,{PROP DMG $ , MED PAY $ ! Jr>IP $ 2,500 I ,UM $500,000 I. I $ AlTO l'I,'(c.rUII. IV,I-1I',I,I., ([ -",U.. vr:iHicLf.'3...'[-jSC;iEDULED-(t..~..;:;CV-.........-..-.. H' .... :xJ (Ol. U', lON 1)1- i.J: 1;500 ST At-1T$ .X]OIC LllD:SCL: :. 01HER h. ..... _.00..00..... .....- n.... .-.. .../........... ....-...........-...-....---.------...--,EACI:j--Or:c-;------__"___._.. Xj5i1{;d}r~~lf~,i~;~ 1 'AGGREGATE$ . JUlIlI.l< ."ltd'j 11'.'fJ'~i:l.! Il (RETI,O I)ATE FOR Cl.AII-15: /SEl.F--INS '$ ... ... . .. .. 00.........../ .....00...._..._..........._..__....__..__.._...'/ (-j'S;:ArUTOi~'(-Li'I~;i.:r;;.'."-.' (.IOI;:IT[': '". Cm.H.'ENf.AlI0N ) : Ef.,CH Ace $ MJU D1S LIt1IT$ fI1F'lOyrri"" l.1AOILITY i iDIS t:t1PL $ ,. ......... --.. -... .. --- .~--~- _. _u n u _____ ________________ _____.___.. _~~__..~_._... _._~ ..._...___....." ........ .._...... LH1TTS (.;,U r UIII. Ii o,J I .1 I J {,i " I. t 1 I .{ I ANY (-,U'I' I) (-,LL OloJNE!.l i,UT()~; X l:',cr.jEDUl.[[l nUTos X IIIFED (.lUTO,: .X NON" tlL.JNI.lJ AU I o c., r (;,',I~(,C,I:: L r,-,n 11. J .1 Y PtOCI,iL CONUI [IOW;/Rf:.STfaCTION~VOTHER COVERAGES ---.....---------.-----.-...------.-------------.--.----------------------------------------- \111 (II II) t'll ,["[,, ',,':. . .. - .... . .. -.-.--.-. -. -. -.---.---..----.---- .............---...-.....-- '"~. _.. h _... _. _. _ ,,_ n _. ...._ _ _. __ _ _. ____._ _"_ ,CUR I 1 Y BANK ',31 tROSSTH1EHS -OWERMOUNO, TX 75028 -... ...-....-... -.......-..... ........... H~....~.h~~h__. -..-~._._-...-------..-...___._.<h..___.._.____.____..___no <. if] 1'10RTGAGEE [ J ADDIT IONAL IN~:Uf<[:U X] LOSS PAYEE [ J 1....____--------------------------------- . : LO~lN II \ ----- .--...----- .-.. ....... ..........- ..- ...........n".... ...._... (AUTHORIZED REPRES~TATI\lt , /'7Vt:.;( t?~. (,?--c ,<LeO""., ..-.~.~.-...----------. ----------.. ..n~w........~.._ . ..'-.~~-~-~.~.--~-_~_.U_.h_._h_._.._. (cu.,t.lllu<.'(j Oil ro{.<xt pag",) rriS-Anl~'. (,"l.~,~.