Loading...
1991-060(~Q 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 AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated com- petitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the con- struction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as be- ing the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 1223 Dailey Construction Company $112,678 49 1229 Circle C Construction $199,872 50 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied sums contained therein SECTION -1-V That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council here- by authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective im- mediately upon its passage and approv 1 PASSED AND APPROVED this the day of 199 BOB CASTLEBERRY, MAYO ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROV AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY s DATE April 16, 1991 QI TY_CQU13C Ijt_R EPQRT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1223 - PECAN CREEK SANITARY SEWER gEQQME$DA~IQSy Council approve award of bid to the low bidder meeting specifications, Dailey Construction Cc , in the amount of $112,678 49 UUMMUX Bids were opened March 7, 1991 for Pecan Creek Sanitary Sewer Most of the top of this line which was constructed of AC (asbestos cement) pipe has deteriorated and improvements were deemed necessary This project will redirect the flow of the existing line to the southern Pecan Creek 24" outfall gAQ.KQRQUUD Tabulation sheet, PUB Agenda Item and Minutes PRQQRAMS~___DEPART-ME11---QR---QRQIIE ---ALE9912D Municipal Utilities, Citizens of Denton FIQ9AD-3MPAQ1 This project was budgeted in the FY90 CIP funds ly submitted Respec ul1,401 - loy V Harrell City Manager Prepared by --y1a - Jj ~ I Name Harden n ie a Title Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent MH/,jh 145 DOC BID # BID NAME OPEN 1223 PECAN CREEK SANITARY I SEWER I 3-7-91 I I VENDOR -------------------------I. I I RHODE CONSTRUCTION I I DAILEY CONSTRUCTION INC I i PATE BROS CONST INC I I ALLCO INC I I CIRCLE C CONSTRUCTION I I LINDER STAHL CONSTRUCTIONI I CALVERT CONSTRUCTION I I CBS MECHANICAL INC I I STEED INC I I JAGOE PUBLIC I I DICKERSON CONSTRUCTION I I E L DALTON CONSTRUCTION I I ATKINS BROS I 3-7-91 TOTAL $160,208 00 $112,678 49 $170,922 05 $199,777 00 $120,594 00 $171,166 00 $124,154 00 $164,912 00 $179,064 50 $188,127 00 $128,662 25 $159,089 20 $168,538 00 BID BOND YES YES YES YES YES YES YES YES YES YES YES YES YES RFR-O3- 51 WED 22 58 ID IT( OF DENTON UP TEL NO 8,7-5b6-b120 4_°01 P04/04 EXCERPT MINUTES OF PUBL~C UTILITIES BOARD AGENDA Ma ch 27, 1991 1 14 CONSIDER BID OPENING NO 1223 FOR PECAN CREEK SANITARY SEWER OUTFALL Allison introduced tt Creek sewer line was cement) Most of tt deteriorated and it i their review of the x eliminate a substanti replacement by parall redirecting the flow southern Pecan Creek savings of $133,000 contract for the rema Construction Co , Inc lowest qualified bidd $112,678 49 .s item stating that the Pecan :onstructed of AC pipe (asbestos top of this line has necessary to replace it, during 'oblem, the staff was able to l area of the pipe for ling the existing line to f the existing line to the 4" outfall, resulting in a taff recommends the award of the nder of this work to Dailey , of San Antonio, Tx, as the r with a bid amount of Laney made a motion t recommend to the City Council approval of subject b d second by Chew All ayes, no nays, motion carried r C CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 16 day of APRIL A.D., 19 91, by and between THE CITY OF DFNTnN of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed 'OWNER,' and y r~ , of the City of SAN ANTONIO , County of RRYeR and State of TEXAS , hereinafter termed 'CONTRACTOR.' WITNESSETH: That for and in consideration of the payments -and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID #1773 PECAN CRFFK SANTTARV SFWF.R rh f .~~1-L2.b7$ A~. - 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-1 0114s 9 other. drawings and printed or written explanatory matter thereof, and the ,--Specifications therefore, as prepared by 11ML-OF ME= JE, 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 sagre ment in the year and day first above written. APPROVED AS TO FORM: City Attorney CA-3 0114s CITY OF ENTON OWNER B (SEAL) DA" CONSTRUCTION CO. CONTRAC By !J e'J ~l Title ( =p g PERFOR."""ANCE BOND DCC-581 STATE OF TEXAS COUNTY OF D=N KNOW ALL MEN BY THESE PRESENTS: That DAILEY CONSTRUCTION Co. uZ the City of SAN ANTONIO County of. BEXAR and State of TEXAS as PRINCIPAL, and EAGLE INSURANCE COMPANY as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED TWELVE THOUSAND SIX HUNDRED SEVENTY EIGHT HRNDRF➢ AND 491Inn--- Dollars (t119.67R_69 ) 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 1_ day of APRTL 19-y1, for the construction of BID it 1223 - DAILEY CONSTRUCTION CO. in the amount of $112,678.49. 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 instrument this 16th day of APRIL , 1991 . EAGLE INSURANCE COMPANY Surety By Title O rgrupCORPOFPov, Address Q%b ( ~K 4111171 i J 'Z' le zJ-0 ,7A:~ v,b~g -17 7T2JZ, ( SEAL ) The name and address of the Resident Agent of Surety is: ( SEAL ) NOTE: Date of Bond must not be prior to date of Contract. PB-2 WAYMOND (UIGHTFl Title ATTY)RNRY-T Address 14607 SAN 1 0091b STATE OF TEXAS COUNTY OF DENTON PAYMENT BOND DCC-581 KNOW ALL MEN BY THESE PRESENTS: That DAILEY'CONSTRUCTION.CO. of the City of SAN-ANTONIO, , County of REXAR , and State of TFYAS , as principal, and EAGLE 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 ONE HUNDRED TWELVE THOUSAND SIR HUNDRED SEVENTY EIGHT AND 49/100-- - Dollars 112.678.49 ) 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: WHEREAS, the Principal has entered into a certain written contract _ with the Owner, dated the. 16 day of APRIL 1991 DAILEY CONSTRUCTIONCCO. BID.B 1223 - in the amount of $112,678.49_; - 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. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, cr 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-said Principal and Surety have signed and. sealed this instrument this 16th day of APRIL 1991 _l~I1~lGW5T2u~rioJ 1;,k. EAGLE INSURANCE COMPANY P incipal Surety By G WA LIGHTF Title Le5j&c~jr Title ATTORNEY-IN-FACT Address 14607-SAN PEDRO, SUITE 211 SAN ANTONIO, TX 78232,4370 -r (SEAL) r C The name and address of the Resident Agent of Surety is: FRANK R. ALEXANDER 0 BOX 79OE68 SAN ANTONIO. TX 78279 PB-4 To be attached to Bond No DCC-581 POWER OF ATTORNEY ,KNOW ALL MEN BY THESE PRESENTS: That the Eagle Insurance Company, a company domiciled in Texas, having its principal office in San Antonio,Texas pursuant to the following resolution, adopted by the Board of Directors of the said Company on April 27, 1987 to wit: "The Chairman, Managing director or Secretary shall have authority, severally, to make, execute, and deliver a power of attorney constituting as Attorneys-in-fact such persons; firms or corporations as such officers may select from time to time." THEREFORE, the undersigned hereby make, constitute and appoint Waymond Lightfoot its true and lawful Attorney-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: Limited on behalf of the Company to the sum US5500,000 in its business and in accordance with its charter, to bind Eagle Insurance Company thereby, and all of.the act of said Attorney-in-fact, pursuant to these presents are hereby ratified and confirmed. In Witness Whereof, Eacle Insurance Company has caused these presents to be signed by its Chairman, Director or Secretary and its Corporate Seal to be hereto affixed. EAGLE INSURANCE COMPANY Chairman/Managing Director/ Secretary CERTIFICATE I, the undersigned, Secretary/ Director of Eagle Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remain in full force and has not been revoked; and, furthermore, that the Resolution o the Board of Directors, as set forth in the Certificate of Authority, is now in force. Signed and sealed at San Antonio, Texas this 16th day of APRIL 19 91. - THIS IS CERTIFICATE e r tart'/Direct r NOS PAB FOR POWER OF ATTORNEY N5 MAINTENANCE BOND DCC-581 STATE OF TEXAS COUNTY OF DENTON KNOW-ALL MEN BY THESE PRESENTS: THAT DAILEY CONSTRUCTION Co. as Principal, and - EAGLE 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 ELEVEN THOUSAND TWO HUNDRED SIXTY'SEVEN AND 85/100------------- - Dollars 71,767_RS , l07 of the total amount of the contract for the payment of which sum said principal and surety .don-hereby,- bind themselves, their successors and assigns, jointly and severally.. This obligation is conditioned, however, that: WHEREAS, said DAILEY CONSTRUCTION-CO. has this day entered into a yritten. contract with- the said City of Denton.to_ build and CORStTL1Ct RT71 #129.1 PF( AN ( RFVX CANTTARV Sig - 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 incorporatd 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 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. MB-1 0093b NOW, THEREFORE, if the said Contractorshall 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 DAILEY CONSTRUCTION COMPANY as Contractor and Principal, has caused these presents. to be executed by FA(LEJNSIRANCF mmPANY and the said FACTF TNSURANCF COMPANY as surety," has caused these presents to be executed:by its Attorney-in-Fact. WAYMOND LIGHTFOOT and the.said Attorney-in-Fact has hereunto. set his. "hand . this 16th day of APRIL lQgj SURETY: EAGLE INSURANCE COMPANY _ BY: WAYMOND L GRTFOOT Attorney-in-Fact r7<fry<F ~t , 11$-2 0093b o , PRTACTPAT.! To be attached to Bond No. DCC-581 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Eagle Insurance Company, a company domiciled in Texas, having its principal office in San Antonio,Texas pursuant to the following resolution, adopted by the Board of Directors of the said Company on April 27, 1987 to wit: "The Chairman, Managing director or Secretary shall have authority, severally, to make, execute, and deliver a power of attorney constituting as Attorneys-in-fact such persons, firms or corporations as such officers may select from time to time." THEREFORE, the undersigned hereby make, constitute and appoint Waymond Lightfoot its true and lawful Attorney-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: Limited on behalf of the Company to the sum USS500,000 in its business and in accordance with its charter, to bird Eagle Insurance Company thereby, and all of the act of said Attorney-in-fact, pursuant to these presents are hereby ratified and confirmed. In Witness Whereof, Eagle Insurance Company has caused these presents to be signed by its Chairman, Director or Secretary and its Corporate Seal to be hereto affixed. EAGLE INSURANCE COMPANY C-tlairman/Managing Director/ Secretary . CERTIFICATE I, the undersigned, Secretary/Director of Eagle Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remain in full force and has not been revoked; and, furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, is now in force. Signed and sealed at San. Antonio, Texas this _16th day of APRIL 1991. e r tary/Direct v F THIS IS CERTIFICATE NO'tPAB --FOR POWER OF ATTORNEY CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS 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 indicated,' and- the: City of Denton .should' also be listed on all policies as an additional named insured. To avoid. any undue- delays, it. is worthy reiterating.that: o Thirty (.30) days advance written notice of material change or cancellation shall.be~given; o The City of Denton shall be an additional named insured. on all policies. 1. WORKMEN'S. COMPENSATION AND EMPLOYER'S 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: o Workmen's.Compensation - Statutory o Employer's Liability - Statutory II.. 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: o A combined single limit of $500,000.00. III. 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. CI - 1 To the extent the Contractor's 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: o A combined single limit of $500,000.00. IV. OWNER'S PROTECTIVE LIABILITY INSURANCE. POLICY-.- This insurance shall provide coverage for the Owner and its, employees, in the name of the City of Denton, 'for liability that may be imposed arising. out of the work being performed by the Contractor, This also includes; liability arising out of the omissions or supervisory acts: of-the-Owner. Although this insurance•is strictly for the benefit of the owner.,- the.- Contractor is. responsible for- obtaining..-it at his expense.. The liability limits shall.not be.less than: o A combined single limit of $500,000.00.. INSURANCE 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. 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 any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 CERTIFICATE OF INSURANCE CITY OF DENTON Nais.and Address of Agency City of Denton Reference: Project Name: Project No: Phone Project Location: Managing Dept: Name and. Address of Insured: CaipsnIas Af ford I ng. Coverage: A B; Phone- C --This=is-to certify-that: 1) Policies of insurancelisted below have been issued-and-are-in foroa:at thls_timr. 2). The City of Denton is. listed as an additional insured as to all applicable ooverage. any; Expiration, Lleits.of'Liability• Letter T ,of`Insuranae Poli Number Date In Thousands•(000)` rehensive ferral Liability. Com Occurrencs~ p - Oceurrenos- Claims Made (see /4-Page .C1-4) Bodily-Injury. f: Broad!Fone to•lnclude: Property Damage Z. . Premises/Operations, - - - Independent Contractors .._.Products/Ccmplated Operations - ury and Property Bodily I nJ - Personal-injury - In ju = - Contractual LiabiIity(see 11113-Page CI-4) = Explosion and Collapse,Hazard - Underground-Hazard- - Liquor Liability Coverage - Fire:Legal Liability (see45-Pags CI-4) --Broad:Form:Property Damage- - Professional Errors/Omissions - - - claims made (see. N-Page Cl-4) Campralwnsive-Automobile Bodily Injury/Person' t I /A id il t S Llabclity.. njury cc en y-. Bod _ --Owned/Leased Auto, Iles, Prop" Damage' Z. - Non-owned-AutarobIles HiredAutomobilea Bodily Injury/Properly.. . . - - . Oasge Combinedr- - - - f. ` - Yorkers' Compensation and Statutory Mount ers' Liabillty lo Em p y each accI en - Owners' Protective Llabillty _ Other Insurance Description of Operations/Locations/Vehicles. Each policy shell require thirty (30) days notice of cancellation, non-renews l, or material change in coverage. (See 1112, Page CI-4). Name and address of Certificate Holder. UATL ISSUED CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS ST:. AUTIK DENTON, TEXAS 76201 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 CANCELLAT.ION:. Each policy, shall require-that thirty (30) days pr.iot: to thei 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.. CONTRACTUR'AL COVERAGE: (Liability assumed. by contract or agreement, and would not otherwise exist.) The-,contractual liability. requirement shown on the,. reverse: side; -of thisi` 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: then contract;:- plus, one: year: f-('to provide coverage for the warranty period),, and a extended discovery period for a- minimum of five; (5) years which shall.beg n 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. (IT - d - PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF. PECAN CREEK SANITARY SEWER OUTFALL. IN DENTON,- TEXAS The, undersigned, as bidder:,- declares: that the. only-person. or. par.ties interested in this proposal, as. principals, are, those• named. herein, that. this proposal: is, made without. collusion with. any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and. the plans therein referred to, and has carefully examined: the locations, conditions, and classes of materials of the proposed, work and agrees that he, will provide all the necessary labor, machinery, tools, apparatus, and other items incidental- to. construction, and-:will do all the work and furnish all the materials called for in, the contract and specifications, in the manner prescribed herein- and according- to the requirements -of - the City as therein set forth. It is. understood that the following quantities of work to be done at unit prices. are approximate only, and are intended principally to serve as a guide 'in.evaluating bids'. It is agreed that the. quantities: of work to be done: at, unit prices: and material. to be furnished, may be increased or diminished as may be- considered necessary, in the, opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether' increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is--further agreed that- lump sum prices may be increased--to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 1 - h Accompanying this proposal is a certified or cashier's check or. Bid Bond, payable to the Owner,, in the amount-of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case -the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account. of such failure of the bidder. Owner reserves the, right to reject any and all - bids'. Owner may investigate the prior. performance..of bidder, on other contracts, either. public or private, in evaluating bid pr.oposals.. Should. bidder alter, change, or qualify any specification of the= bid,; Owner: may automatically disqualify, bidder. The, undersigned hereby proposes- and. agrees:.to perform all... work.- of whatever nature required,. in strict..accordance with the-plans-- and specifications, for the following sum or prices,-to wits. - P - 2 .Pecan Creek Sanitary Sewer Outfall- BID TABULATION SHEET nc'a nmTnm nn ANTTTV UNIT WORK DAYS 30 BID NO. 1223 PO NO. UNIT PRICE TOTAL +y _ 1.21 Contractor's warranties 5 Understandin Understandings LS Wre?s ~ /LS 2.12.14-A 6' PVC Water Pipe for Sanitary Sewer 155 LF -~y!~L/LF L J136 (o_ 2.12.14-B 151• PVC Sanitary Sewer Pipe 2,743 LF ~O /LF- S 3-C Remove Driveway 15 SY ~ Oa/SY E 5:7'-B: 2'' Asphalt . Patch 20 TON /TON 7.6=A 4'' Concrete Manhole 2 EA 7.6-B. 5' Concrete Manhole 8: EA C(Y EA L?x>`~ 7..6-C' Drop Manhole 2 EA ACV -/EA 4; 'e' 7.6-D Rebuild Existing Manhole. To Drop 1 EA l /EA ,p e 8'.1 Barricades, Warning, and Detour Signs LS c ~'OE~`./LS _ 8.3 6'' Concrete Driveway 15 SY 3G~SY WS..11rA, 4" Sewer Service- - 1 EA SP-2 Concrete Saw Cut 50 LF /LF SP-6 Break into Existing Manhole 1 . SP-8 Abandon Manhole 11 EA Jc0( "/EA 3 3 -SP-10- Rock Excavation - 50 CY' /1*/CY SO SP-37' Excavation Protection= 1,383 LF / /LF a SP-39 Pro ject Signs 2 EA ez /EA O!~ SP-50 Remove Manhole 6 Connect to Existing Sewer Pipe 1 EA " /EA e~ SP-51 Abandon Existing 8' Sanitary Sewer 80 LF /LF' TOTAL y 'F P - 3 BID SUMMARY TOTAL BID PRICE IN W, - nt-of the award' of a, -contract to-the undersigned--the--'-- In --the event-of -e 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 bees carefully 'checked: and are "submitted- as correct and final.. _----____Uni.t--and_-lump-sum-_prices_as-shown-- for- .each , item:-listed in- this_:_-___ proposal, shall control over extensions-. C CONTR /OR BY" fit. P/~L.J 1 ta. 7V 7 Le .11614 et &Z. Street Address and'State C~gtfluC loy & i?ftat-ion - Aut - - - - - - yC4kpor f n) 5/.z -7. Te ephone 0 B - 1 l TO be attached to Bond No. DCC-559 _ POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That t.ne Eagle Insurance Comcany, a comganv domiciled in Texas, having its principal Office in San Ant_onio,Texas pursuant to the f-llowi^" resolution, adopted by the Board of Directors of t::n.e said Company on April 27, 1987. to wit: "The Chairman, Managing director or Secretary shall have authority, severally, to make, execute, and deliver a power of attorney constituting as Attorneys-in-tact such persons, firms or corporations as such officers may select from time to time." THEREFORE, the. undersicned hereby make, constitute and aocoint Waymondliightfoot its true and 1awfi:i Attorney-in-fact, with full power.and--authority hereby conferred In its name, place and stead, to sign, execute, acknowledge and deliver 1-n its- beha'1-. and as its act and deed as follows: Limited on behalf of the Company to sum USS500,000 in its business anc in accordance w__ i is c^:arter, to bind Eagle Insurance Company thereby, and all of the act of said Attorney-in-fact, oursuant to the-ese presents are- herebv ratified and confirmed. In Witness Whereof, Eagle Insurance Company has caused these presents to be signed tv its C airman, Direccor or Secretary arc its Corporate Seal to be hereto atfixed. EAGLE INSURANCE COMPANY C7a1_~•an/?^.a -:acing Dj___tor/ SeCr2t3rJ CERTIFICATE I, the un'e-_ ^ed SeC ret3_ _ an~ ~attac:^edPower Comcany, DO HEREBY CE4~_.FY tr.a- Attornev and Cer__=_^.._te of Autnor=ty remain. in f i1 force anc, has nRot been- revo:{_C-1 -3d-/ fu--,c,ermore,- that the -Resolution--c- the Board of Directors, as set fort- -in the Certificate of Authority, 1S now-'_:1 force. Signed and sealed at San Antonio, Texas t:n.is _ 5th day Of MARCH 19 91. ~,~w ecr~tary~DlreCt 1r THIS IS CER"_: _..AT_. NC: ? cOp. POWER OF .._'_•GRNE. THE AMERICAN INSTITUTE • OF ARCHITECTS - - - - DCC-559- AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that W (Here insert full name and addressor legal title of Contrec orl DAILEY'CONSTRUCTION CO., INC. as Principal, hereinafter called the Principal, and (Here insert full name and address at legal title of surety) EAGLE INSURANCE COMPANY a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) CITY OF DENTON-- as Obligee, hereinafter called the Obligee, in the sum of 5% NOT TO EXCEED: TWENTY THOUSAND & NO/100--------------------------------- Dollars (S 20,000.00---4, for the payment of which sum.well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. W H EREAS, the Principal has submitted -a bid for - (Here insert full name-, address and description of project) BID .#1223 PECAN CREEK SANITARY SEWER NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract ` with the Obligee in accordance with the terms of. such bid, and give such bond or bonds as may bespecified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and-for the prompt payment of labor and material fumished in the prosecution thereof, or in the-event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid-and-such largerramount forwhich the Obfigee-may-in-good-faith -contract with another parry to perform the Work covered by said bid, then this'obligation shall be null ?#lsW~II1)lfgt~wise.to remain in full force and effect. - SRN Z'yyiRtiCi/0~✓~~i~~ ' " - G CO iy Signed and sealed this 5th day f MARCHa~ '9 91 ~ncll) 4 (Seal) (Witness) / EAGLE INSURANCE COMPANY J : A, (Sure (Sear). 1 ) '(Wemess)i 1 I j In1~1 ` WAYMO tNDvLI6iiF00'iTrA1TORNEY~IN-FACT. AIA DOCUMENT A310 • BID BOND • AIA FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON,. D. C. 20006 - 1 C E R T I F I C A T E O F I N S U R A N C E ISSUE DATE May 3, 1991 I - This certificate is issued as a matter of information only and confers AGENT: Rubiola Blair 8 Associates, Inc I no rights upon the certificate holder. This certificate does not amend, 3201 Cherry Ridge, # C-310 - I exend or alter the coverage afforded by the policies below. P 0 Box 100226 I San Antonio, Texas 78201 Phn: (512) 525-05001 COMPANIES AFFORDING COVERAGE: Company A COMCO INSURANCE COMPANY INSURED: I Company B STONEWALL INSURANCE COMPANY DAILEY CONSTRUCTION CO., INC. I Company C 1000 CENTRAL PKY. NORTH, #250 I Company D - Company E. SAN ANTONIO TX 78232 - 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 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. 1 CO I Type of Coverage I Policy # I Effective Expiration I Policy Limits (in Thousands) I- LTR I I _ _ _ _ (GENERAL LIABILITY---- _ A I (X) Comp G/L I TGL201079 I 05-01-91 05-01-92 I General Aggregate ..............$2,000, I ( ) Claims Made I I I Products Comp/Ops ..............$1,000, I Personal 8 Advt. Injury........ 81,000, I (X) Occurrence I I O Owners/COntr Pro I I I Each Occurrence ................81,000, I ( ) I - I I Fire Damage (any 1 fire) 8 50, I (X) XCU inc. I I Medical Expense (any 1 pers)...8 5, j IAUTOMOBILE:-------------- I ( ) Any Auto I - I I Combined Single Limit.......... 1 IO All Owned Autos I I I I Scheduled Autos I I I Bodily Injury (per person)..... I ( ) Hired Autos I I - I Bodily Injury (per accident)... - I ( ) Non-Owned Autos I I I Property Damage I 1 Garage Liability I I I I IO I I (EXCESS LIABILITY------------------------ I (X) UMBRELLA 158007017- I B 05-01-91 05-01-92 I Each occurrence ................81,000, , ( ) I I I Aggregate ......................81,000, -____---__I IWORKERS COMPENSATION: Worker's Comp I I I Each Accident I ( ) I I I Disease Policy Limit........... I I I I Disease- Each Employee......... JOT HER COVERAGES_________________________________ I I IO I I I. I L I ( ) I_ i IDescription of operations/locations/vehicles/restrictions/special items: I RE: Pecan Creek sanitary sewer I City of Denton as additional insured I CERTIFICATE HOLDER: (Should any of the above be cancelled before the expiration date THE CITY OF DENTON (date thereof, the issuing company wilt endeavor to mail 30 days 901-8 TEXAS STREET- (written notice to the Certificate Holder named to the left,. .but... -lfailure to ma it such notice shall -i mpose no-obligation -or-6iabi{a ty-- . DENTON TX 76201 Iof any kind upon the company, its agents or representatives. I Certificate # 220 IAuthori Repr sentativ I ~ 1 I ~z Y~ IRUbiola, Blair 8 Associates, Inc. FROM F11810LH, MIR uSSCiCIRTE'S, IPIC 223 63111 115,1`,19'91 14;32 11 It, F; 2 _ ISSUE DATE (MI I9l Wll'Y) r`igE=ofla9A', CERTIFICATE OF INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OE INFORMATION ONLY AND PRODUCER - CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICAI - RuBIGLA,`BLAIR'Fa A$S13CIATESa IIiC• DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY TH P,(). Box 100225 - POLICIES BELOW. _ San Antoni©,'TX 7=1-1526 COMPANIES AFFORDING COVERAGE (512) 575 Q50Q . COMPANY A - LETTER COMN COMPANY LITTER INSURED n A.- 1 COMPANY C The City Of Nri tOrl LETTER 941-8 Tens Street I 4 COMPANY D ,rJ'>'ntOTl TX q /62Q1 LETTER .._COMPANY E LETTER D' 1:_coVERAGES L BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO I IS IST TO G CERTIFY FV THAT HAAT T The THE POLIC ICIEEO OF F III Bg5i! °.FENT. NCE LISTED TERM OR STED CONDITION.OF ANY CONTRACT OR OTHER COCUMENT WITH RESnFCT TO WHICH THIS THHIS IS CERTIFICATE NIAY EE ISSUED GR MAY PERTAIN, THE Ii9SURANCE AFFORDED BY THE POLIQIES DESCRIBED HEREIN IS SUB.!ECT TO ALL. THE TERMS, EACLUSIONS A 'D C01JD171Cq S OF SUCH POLICIES LIMITS SHOWN MAY HAVE EFE,1J REDUCED BY PAID CLAIMS:. POLICY EFFECTIVE POLICY EXPIRATION LIMITS - CO ' POLICY NUMBER DATE (MM:DO!YY) DATE (MI.!IDDIYI) ra TYPE OF INSURANCE IZA") nO(n ~T-•-^--- CENEHAL LIABILITY -0~ M..'MERCIAL G'eNEFAL IA8ILITY . CLAIMS MADE ....x ,OCCUR.. Y_ C1:NER'S C CONTAICTOR'S PROT. 7 'PRC•D'UCIS COM1i PLOP AGO. E i": PERSONAL if ACV. INJURY E .EACe OCCURa NC.E S ~SGQ C' ul .IRE DAMAGE ;Any one fir') E MED. 9. PEI:SE (AeY on' 1`100' S . . - COMBINED SINGLE $ AUTOMOBILE LIABILITY ANY AUTO ALL OYB`IFD AUTOS SCHEDULED AUTOS HIRED AUTOS ..I,- NON OWNED AUTOS OAHAGE LIABILITY - •W-~. EXCESS LIABILITY L_IERELLA FORM. OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER TGL21.11084 ' S-1i `L1' LIMIT BODILY INJURY _ (Per Deaon) . BODILY INJURY E (Per A:c hnq , i PROPEH'fY DAMAGE . a . . EACH OCCURRENCE AGGREGATE STATUTORY LIMITS EACH ACCIDENT E OIQ.EASE-POLICY LIMIT DISEASE-EACH EMPLOYEE i DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS DESCRIPTION Dailey Construct9iio Pecan Creek . CANCELLATION CERTIFICATE HOLDER. " SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CAN CELLED BEFORE EXPU'IA ION DATE THEREOF, THE ISSUING CON.PANY WILL ENDEAVOR IMAIL ((~38 DAYS WRITTEN NOTICc TO THE CERTIFICATE HOLDER NAMED TO V LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLICATIOTC LIABILITY OF AtAY INE~ L1 PCy~"JE E C' M?ANY ITS AGENTS OR REPRESENTATi AUTHORIZED REd9E561+a~ r!y j ausm-p BLAIR & ASSOCIA)"5, I4C . - : ".CY'OrD CORPOR~IIC'' I r j~ ACOR.D 25 - - WCAMEATIFICATE OF INSURANCE ISSUE DATE(MMIDONY) PRODUCER 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 COVERAOE AFFORDED BY THE POLICIES BELOW (J(JfihllIFII...I.., .G '311x: VEi:1%93 SW COMPANIES AFFORDING COVERAGE SAH ViN f UNTO Tx 70 COMPANY A - LETTER CODE BUB•CODB COMPANY B INSURED LErren Fd*iLi:f;ICGhL.:I:NDI!ia'INT'TY COMPANY C Xk'I:I:I...Ik:Y C ONIIiiTFt 00 11:1,1(:; LETTGR Lrl3c!n!3 C..rarrel. F>KWAY N tlc'.CPCiJ COMPANYD . 1. r.3..t.,..;~ -1-5 A LETTER COMPANY E LETTER ~ '/Cf1AQP.B 1 uIairtn lyx xt ;m;nW x t :.m .ae :GQ . . . , m THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LI . . STED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED ' , CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSICNS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPO OF INSURANCE POLICY NUMB LTR' _ ER POLICY EFFECTIVE POLICY EXPIRATION' ALL LIMITS IN THO_ 2Atf DATE (MMIDDIYY) DATE (MM/DD/YY) . GENERAL LIABILITY ;GENERAL AG3REGATE COMMERCIAL GENERAL LIABILITY PRODUCTS COMPIOPS AGGREGATE CLAIMS MADE OCCUR,j I PERSONAL A ADVERTISING INJURY OWNER'S S CONTRACTOR'S PROL EACH OCCURRENCE ! - I FIRE DAMAGE (Any one lire) MEDICAL EXPENSE (Anyone person) AUTOMOBILE LIABILITY X rl;iiaf,k3, t38 ii COMBINED : /I /•I j+ SINGLE - ANY AUTO - LIMIT. 1I•i(~jC . ALL'OWNEDAUTOS - - - ;.BODILY INJURY SCHEDULED AUTOS (Par person) HIRED AUTOS BODILY . INJURY NCN-OWNGO AUTOS (PI, accldont) ' i GARAGE LIABILITY PROPERTY - - DAMAGE EACH AG3REGATE E%CC90 LIABILITY ~ OCCURRENCE, OTHER THAN UMBRELLA FORM STATUTORY WORKER'S COMPENSATION (EACH ACCIDENT) I _ AND (013EA3E-POLICY LIMIT) EMPLOYHRS' LIABILITY (DISEASE-EACH EMPLOYE OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTION518PECIAL ITEMS OF 'TA;: N'T'ON 1 ....._..._...:.,..,,.I; OANG94LATION. . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUINO COMPANY WILL ENDEAVOR TO MAIL to DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Ci.. TY C,1f X)fChl•T•Ca PI LEFT, BU AILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIOATION OR LIA ILIT F ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 0,~CERTIFICATE' OF INSURANCE HOUSTON GENERAL INS. CO. ❑ HOUSTON GENERAL LLOYDS MAY I ❑ TRADERS & GENERAL INS. CO. P.O. Box 2932 - Ft. Worth, Texas 76113 CERTIFICATE HOLDER This Certificate is issued as a matter of ''drnw,,ph on Y and confers no rights upon the Certificate holder. This ' ceinficate does not amend, extend or alter the coverage CITY OF DENTON - - described below. GENERAL DELIVERY. - - DENTON, TX 00042, - -f I -THE INSI iRANCF COMPANY_WII-1_. FNDEAVORJO MAIL.30_ DAYS}VRITTEN,NOTICE OF CANCELLA- r ' TION TO CERTIFICATE HOLDER AT ADDRESS INDICATED ABOVE, BUT FAILURE TO MAIL SUCH NO- ' - HC.F RHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE. COMPANY. "THIS IS TO CERTIFY THAT INSURANCE POLICY(IES). LISTED BELOW ARE ISSUED TO THE NAMED INSURED" t NAME OF INSURED DAILEY CONSTRUCTION CO.. INC. - ADDRESS 1747 CITADEL PLAZA SAN ANTONIO, TX 78216 { POLICY LIMITS OF LIABILITY I EACH TYPE OF INSURANCE _ POLICY NUMBER PERiOD OCCURR.ANCE AGGREGATE GENERAL'LIABILITY BODILY INJURY - IS s , ❑ COMPREHENSIVE - ❑ NON COMPREHENSIVE S T PROPERTY DAMAGE S ❑ PROTECTIVE LIABILI Y ❑ PRODUCPCOMPLETED OPERATION BODILY INJURY AND _ CONTRACTUAL LIABILITY ❑ PROPERTY DAMAGE (COMBINED SINGLE S 5 ❑ PERSONAL INJURY - LIMIT) CSL - ❑ BROAD FORM P.O. ❑ 'Applies to ProduClSCompleled , S Operations Hazard ❑ - (PERSONAL INJURY) . BODILY INJURY S - LIABILITY PERSON) (EACH BODILY INJURY S ' v V ❑ COMPREHENSIVE ❑ NON COMPREHENSIVE PROPERTY DAMAGE s ❑ BCDRY INJURY AND ' PROPERTY DAMAGE $ (COMBINED SINGLE LIMIT) CSL _ EXCESS LIABILITY BODILY INJURY AND PROPERTY DAMAGE ❑ UMBRELLA FORM (COMBI)NED SINGLE S S ' 1 CSL WORKERS' COMPENSATION 12/01/90 and TO . STATUTORY EMPLOYERS' LIABILITY os rwc-1024419-00 - 1z/o1/91 - s, 100, 000 (EACH ACCIDENT) AUTOMOBILE PHYSICAL - - DAMAGE - SPECIFY OTHER NAME AND ADDRESS OF AULNGY: HERFF & EIFLER INSURANCE AGCY. 7400 BLANCO RD. #125 SAN ANTONIO, TX 78216 \PGOI ACCt_ No. OCCO299044 - u Countersigned By - /~%~u olzil ePrescrn h:c DATE April 16, 1991 CI~Y_&QQ$Qi~_$$PQ$~ TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1229 -CIP UTILITY WATERLINES $EC2MMZ$pAg1Qg We recommend this bid be awarded to the lowest bidder Circle C Construction in the amount of $199,872 50 -agMM@$Y This is for the replacement of water lines on six different streets located in three project areas (see Exhibit attached) a total of 6405 feet of 6" water line will be replaced along with reconstruction of service lines, fire hydrant service, valves and related items These lines were selected based on a history of high repair requirements Included in the total bid price of $241,472 50 was $41,600 00 for asphalt patch over the ditchline In an agreement with Circle C this item has been deleted from the bid The New contract amount is $199,872 50 The Public Works Department will utilize this $41,600 deduct and apply it to the cost of resurfacing the entire street resulting in an overall improved finished product PUB recommends approval B.@9.KQ$Qy.Kp Tabulation sheet, Project Location Map g$0~$@M~;_p~p@$~~13T_Q$_Q$QUP_@E~EQ~P Citizens of Denton, Utility Department, Public Works Department and Circle C Construction $;-,1Q@L_I.Mg@QT Funds for this project are included in the 1990-91 CIP programs for waterline replacement Respect y submitted v Lloyd Harrell City Manager Approved Name Tom D Shaw C P M Titles Purchasing Agent TS/jh 149 DOC BID # 1229 BID NAME CIP UTILITIES WATERLINE OPEN DATE 3-7-31 JACOE DICKERSON ATK NS # I QTY I ITEM DESCRIPTION 1 VENDOR I VENDOR I VENDOR I VENDOR I VENDOR _I_I I I I I I I I I I I I I 1 I I TOTAL 1 $272,498 00 1 $361,314 50 1 $337,649 50 1 $291,114 90 I $320,675 00 i i I I 1 I I 2 1 I BID BCND I YES I YES I YES I YES i YES I I I I I I I I I I I I I I BID # 1229 I I I I I I I I I I I I BID NAME I CIP IPPTTITIES WATERLINE I I I E L DALTON I CIRCLE C i LIIIDER+STAHL I I I ICBS MECHANICAL I I 1 I I CONSn=TIGN I I CONSTRUCTION I i INC I I I I I OPEN DATE 3-7-91 I I I I I I I I I I I I I I I I I I # I QTY I I I ITEM DESCRIPTICN I I VENDOR I VENDOR I I VENDOR I i VENDOR I VENDOR I I ' _ _ I I 1 1 I I TOTAL I I $311,284 20 1 $241,474 50 I I 1 $388,550 00 I I I I 1 $370,223 00 I I I I I I 2 1 I I I I I I BID BOND i I I YES I YES I I I YES I I I YES 1 I I I I .w T ro11uP1J.t' I 0 f / , O , t ~ RSM J O I r a x is a ~ ~i8 - ~ C L ( Ow N° YMOt °W ~ ! L"••~I M Lx.o rvoo w owns r • w, t •ro J, M°L(W°O° °C1 ¢ ,O O O CIYC I (r1 t X r° CNNNM L 1 ouu I w~uu8` ~ Mw 4 u ~ w•. I oa rw S 3. ° Y $ f N cRwn M, gg _ i 3 ,N o N .w Y o °t,~'°~. a IY 8 r J Y( r oL u u N Fv ~ [ ° oIMA w x °'YO II~°=. ~01~°r^ rt"t( r c rn „I o Wf1 • i o = I I °r W x°e,o ow S• 8 1- a h rO'P • ~'C*n J 3I T w ~J] ow ~ ~ ~r 8 wwo,aN oN " 116i ° • w ° ou oL ° 8 ao RC` g°'d` L wY /Nw u, x yI iWl) WIMOtOR ° L I 1" „ 9 ,t "°O ~ ~ •O 4 OOpY°VMI f • I VGON . "f M1MIM°Jf fr CIIrI tNa Y bd ` "I°" i J yt `J ♦ ` Y tIO ° <°JIIIt C/ I GIIN Ylr°y --e✓ M O W i L r' OC•Jl • rR " GMIN Mw NIXIOW N G,T ~ ~ IM.LS ~ + MO'Me~r °r( 1O,IMII{~.1 „ NfIFrOL( TT ~1 NWrN~~ o ~ • L XI ~ 3 U Y IOR ^ RO i ~Mr1I1/0 ro .YIWM 01 °L N STIM 07 yn TIC t01 y °JN/ FC NJ11 . rn1°00 a ~ N NN/CIION Cr ~ „ O O yJ X G L{. ~ . 1 a° Wu11N s pp ~ O Y 40 ( a !<"+G 5 ~ 'S i as ! J r L ~ «ooo ! Y Vr ''~~~rlley = Olllto."^ a O .Ii r v L L1pIIY OH ~ GM I• m, 8 rw lr fr r Y u ° 00 .61 a a e° 8 F @ TWr '3f ~ww ~ S w o (wn ~ i rm 1 r yl ca °"r"• r.w w~.N ~ GN erf rr ! cI r „ I IR r ' 1 ynf 1 „ 3 . M ° S I r/NIW. '7. O,' OLr ° , ' rt. M ] ■ MI i „ N r r O ( I c.j or 12. }y rw • i 8 LIw. R I.N w(m y N I,N « C y wMroN 3 M n aon 1 OWMO1f 0 _ f■~ 3 R • J If ~ u11.r IMLO cw°YILwf^W Gw f 3 i JYi ° 8 LO Y(NppWeJ` MIrT~.ooD1 «n« . e E . . , LY.Oe. olle Y e, I w l O , ~ ~ • h .YOrf O 'ri w M!T r „ D e ♦ as r r•ny rL. r PROJECT h ~ ~ ~ b JOy i 1 yew r1 ` LOCATIONS ~ Yr ~ • 8 . lr MC " , o ,o cr 0 p~ e a M J / y ° Ofx C/ W l • s ~ I h'hr L/ M°IItMO I Yn)xYl ~J ~ ° rr ' ~ r I IU Al Alll ~ y 0 1a 1 10N( NM,r I f C"o/ IYIIN ♦ 10 tOIMI • I j~ w i t sown • • T, ~ ~ h ' ~ N nu ' R r r tt or ~ ' . t 1(i(W II c6P6c• • ~ + wow u o ^I 3 of • w~S l~ N o> • seamy ♦IJ w 77 a • gv • I c" fxl a~..~irr s son r ~ 4 y ~ r ~ ~ ° a ,•eWleole w h ~ J" rM rLlaeo Otll! • ° e °1,s j "rGiul cr b ~e° I o0oi~° Y•M(OM •yIF u 8Y •0 y v_..... y I ~ 6° t ~ I ~ ~ •O f S lyl~ \ 11 / RWr.w ` I L° 11y6 °h Jlt • Ny i MrMIY Or ♦ i ~ A - LNINIO i " L +oP a yN On ` I RI uu I Tom" Icy YMw1(JM„ 9°° / 0 IINI ~ ^ I \ I 4X~ T^ I nwrN g ~ ~ c o I ~ w I ~ i ~ awio L(i^I • STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT 81.00 ,F, iz7 THIS AGREEMENT, made and entered into this 16 day of APRIL A.D., 19_3_1, by and between TuF rrTV na nFmm~ of the County o-4 DENTON and State of Texas, acting through LLOYD V' HARREL thereunto hereinafter termed .'OWNER,' and WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY - 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 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 #1229 - C I.P. UTILITIES WATERLINE in the amount of $199.872.50, 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 all maps, plats, blueprints, and CA-1 duly authorized so to do, 0114s other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF r 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 an the year and day first above written. ATTEST: CITY OF DENTON OWNER ey r rr. ~ ATTEST.0 (SEAL) WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY CONTRACT R ey Title WILLIAM J. SCHULTZ, PRESIDENT '(SEAL) CA-3 0114s PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON ) KNOW ALL MEN BY THESE PRESENTS: That WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY , of the City of FT WORTH County of TARRANT , and State of TEXAS as PRINCIPAL, and SAFECO INSURANCE COMPANY OF AMERICA , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of ONE HUNDREDNINETY NINE EIGHT HUNDRED SEVENTY TWO AND FIFTY CENTS Dollars ($199,872.50 ) 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 16 day of APRIL 19 91, for the construction of BID #1229 - C.I.P. UTILITIES WATERLINE in the amount of $199,872.50. 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; E 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 instrument this 29th day of April , 19 91 . WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY Principal By / WILLIAM SCHU Z '.Title PRESIDENT C C f Address P. 0. Box 40328 4 Fort.Worth, TX 76140 x c. (SEAL) T:ie name and address of the Resident Agent of Surety is: (SEAL) JOHN A. MILLER & ASSOCIATES, INC. 2700 Airport Freeway, Suite 113, Fort Worth, TX 76111 NOTE: Date of Bond must not be prior to date of Contract. PB-2 Surety 'v SHERYL AUKLUTTS. a Title ATTORNEY-IN-FACT`- Address Safeco Plaza Seattle. WA 98185 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANYof the City of FT. WORTH County of TARRANT and State of TEXAS as principal, and SAFECO 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 hound unto THE CITY OF DENTON OWNER, in the penal sum of ONE HUNDRED NINETY NINE EIGHT HUNDRED SEVENTY TWO AND FIFTY CENTS----------------- Dollars 199,872.50 ) 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: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 16 day of APRIL 19 91 BID 111229 - C.I.P. UTILITIES WATERLINE DENTON, TEXAS: 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, 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 WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of April 19 91 WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY SAFECO INSURANCE COMPANY--OF-AMERICA Principal Surety .^i By B WILLIAM J SCHUL SHERYL A. UTTS; a k Title PRESIDENT Title ATTORNEY-IN-FACT: Address P. 0. Box 40328 Fort Worth TX 76140 Address Safeco Plaza Seattle, WA 98185 ~(SEAL) (SEAL) C a c Theoname and address of the Resident Agent of Surety is: JOHN A. MILLER & ASSOCIATES, INC 2700 Airport Freeway Suite 113, Fort Worth, TX 76111 _ PB-4 0092b ifAINTENAXCE BOND STATE OF TEXAS )C COUNTY OF DENTON )C KNOW ALL MEN BY THESE PRESENTS: THAT WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANM Principal, and SAFECO INSURANCE COMPANY OF AMERICA 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 NINETEEN- THOUSAND -NINE - HUNDRED EIGHTY SEVEN AND 25/100--------------- Dollars 19.987.25 107 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: WILLIAM J. SCHULTZ, INC., DBA WHEREAS, said CIRCLE "C" CONSTRUCTION COMPANY has this day entered into a written contract with the said City of Denton to build and construct. BID 111229 - C.I.P.UTILITIES WATERLINE 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 incorporatd 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 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. 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 ocie (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 WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C" CONSTRUCTION COMPANY as Contractor and Principal, has caused these presents to be executed by WILLIAM J. SCHULTZ, PRESIDENT and the said SAFECO INSURANCE COMPANY OF AMERICA as surety, has caused these presents to be executed by its Attorney-in-Fact SHERYL A. KLUTTS and the said.Attorney-in-Fact has hereunto set his hand this 29thday of April , 1991 SURETY: r~ _ PRINCIPAL: r WILLIAM J. SCHULTZ, INC., DBA _ SAFECO I URANCE'COMPANY OF AMERICA CIRCLE "C" CONSTRUC ON COMPANY c~z, J BY: " ;YLUTTS S-RERYLT WILLIAM J. HULTZ S ` _ Z, PRESIDENT a Attorney -in:-Fact MB-2 0093b POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE. SAFECO PLAZA SEATTLE. WASHINGTON 98185 'SAFECO No. 14YZS KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA i:;~d GENERAL INSURANCE COMPANY OF AMERICA each a Washington corporation, does each hereby appoint ----JOHN A. MILLER; SHERYL A. KLUTTS; STEPHEN K. BRAULICK; Ft. Worth, Texas--------- its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this- 2nd - day of 19 91 , 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 the 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 shall 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 out,- (i) The provisions of Article V, Section 13 of the By-Laws. and (ii) 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 facsimile thereof." 1, 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 still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation A.,~1RGORPo yr~~o SEAL N, 1953 ~lArf OF WASH\NG~o~ S-974 RIO 3/86 ',r_Ihis 29th day of April 19 91 a ~9, a _ =c v" BOX AO1.11 MCPn.1 PRINTED IN U S.A 1lVJ UL'CH LV I.L C11 iV lCl UI'1 AL~(U 11C ii1L [ILJ 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 indicated, and the City of Denton should also be listed on all policies as an additional named insured.. To avoid any undue delays, it isworth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insur.ed on all policies. I. WORKMEN'S COMPENSATION AND- EMPLOYER'S- 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 liabili-ty limits shall not be.less than: _ o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. 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 - licensedfor highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500.000.00 III. 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. CI - 1 yV 1.♦1C CA~CII~ 1.11C 1 V11 4L 41 p ^+Ln, IL nv y.v• uCy ♦11J _ 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- 0 A combined single limit of $500,000.00 IV. OWNER'S. PROTECTIVE LIABILITY. INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed. arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of-the owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible. for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000.00 INSURANCE 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. 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 any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain, with the Contractor. The Contractor shall not begin any work until the owner has reviewed and approved the insurance certificates and so notified- the Contractor directly in -writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 Name and Address of Agency Phone Name and Address of Insured: Phone City of Denton Reference: Project Name: Project No: Project Location: Managing Dept: Companies Affording Coverage: A B 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. ompany Expiration Limits-of Liability 'etter T e of•lnsurance Policy Number Date In Thousands 000 Comprehensive General Liability Occurrence - - Occurrence - Claims Made (see #4-Page CI-4) - Bodily Injury ; Broad Form to Include: Property Damage - Premises/Operations - Independent Contractors - Products/Completed Operations Bodily injury and Property - Personal.injury Damage Combined j - Contractual Liability(see 93-Page CI4) - Explosion and Collapse Hazard_ - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see p5-Page-C1-4) - Broad Form Property Damage = Professional Errors/Omissions - occurrence - claims made-(see p4-Page CI-4) Comprehensive Automobile Bodily Injury/Person Liability Bodily.lnjury/Accident . - Owned/Leased Automobiles. Property Damage- _ - Non-owned Automobiles - Hired Automobiles: Bodily Injury/Property- Damage Combined j - Workers' Compensation-and Statutory Amount ers' Liability lo Em y p each accident - owners' Protective Liability ; Other Insurance Description of Operations/Locations/Vehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. (See q2, Page CI-4). Name and address.of Certificate Holder. CITY OF DENTON, TEXAS PURCHASING AGENT 901-B TEXAS ST. OFN10N, TEXAS 16201 AUTIIORIZEO REPRESENTATIVE SEE DEFINITIONS ON PAGE Cl 4 A17AC11EU. 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. requite 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. CONTRACTURAL 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 requited 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 - 4 BID # 1229 PROPOSAL. TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF 1990 CIP WATERLINES IN DENTON,, TEXAS The undersigned.,, as: bidder, declares that, the only person or~ parties interested' in this: proposal as principals, are. those named: herein, that this proposal is-made without collusions with- any- other person,, firm or corporation; that he has! carefully. examined.the form of contract, Notice:to Bidder.sy, specifications. and'- the plans- therein- referred' to,, and. has- carefully examined- the locations, conditions, and. classes:-of materials -of" the: proposed:work and agrees: that he will provide all. the: necessary, labor, machinery, tools,. apparatus:,-"and, other items incidental to. construction,, and will do all the work: and, furnish. all the. materials, called- for in the contract and; specifications; in the. manner prescribed' herein an& according to the: requirements of the City as therein.set f.or.th. It is understood; that the: following quantities of work to. be done at unit prices are. approximate, only, and are intended` principally,: to> serve. as a. guide in. evaluating bids-. It is. agreed'. that the, quantities: of work to be done at unit prices and. material to be. furnished may, be- increased or diminished' as. may be considered necessary,, in the opinion of the City, to pomplete- the work. fully as. planned- and contemplated, and that all quantities of work whether increased ordecreased are to be performed at the unit prices set forth below except as provided for in the specifications.` It is further agreed: that lump sum prices may be increased. to cover additional work ordered by the City, but not shown on the plans:or required by the specifications, in accordance with the provisions. to the General Conditions.. Similarly, they may, be decreased to cover deletion.of work so ordered'. It is understood and agreed that the work is to be completed in full within the number of. work days shown on the bid tabulation sheet. P - 1 Accompanying this proposal is: a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid.. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case. of the. acceptance of the. proposal, the bidder shall fail to execute a_ contract and file a performance bond and a. payment bond within, fifteen days after its. acceptance,. in which case the bid security shall become the property, of the Owner,. and shall- be considered as- a payment for damages due to delay and -other inconveniences suffered' by the Owner on. account. of such failure. of the bidder. Owner reserves the- right to reject any and. all bids. Owner, may,, investigate the prior performance of bidder on other: contracts; either public or privates in evaluating: bid proposa-ls.. should bidder alter,, change,: or qualify any. specification- of the bids Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees for perf'orm,.all work- of whatever. nature required, in strict accordance with the plans and'. specifications-, for: the following sum: or prices', to. wte P, - 2' WORK DAYS 45 BID NO. -1229-- 1990 CIP Waterlines - PO NO.. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNTT PRTrr TnTnr Contractor's Warranties, fS:w600 S.Sa00 °0 6 1.21 and Understandings LS /LS' 2.12.8-B Cast Iron Fittings: 500 lb. .,if s' `eta /lb. ~2ur °o o, 2.12.20 6' PVC Waterline- 6,405. LF` 2.13 6' Gate Valve. 10 EA c~.SO /EA 3.SOO, . 2.14: Fire Hydrant 9` EA. goo-0,/EA: O°/OO p o 2.16• Water Service 100r EA 17s /EA /7,1;-00 Remover Concrete ° c p o 3-A. Pavement 66. SY" . s /SY. . ,30 3-& Remove. Curb and Gutter' 69• _ LF` °O a? /LF p a Asphalt- Patch o0 5.7-B- ( e• D) 520' Tom 00 /Ton r ~j/6oD ao 5.8` 67 Concrete Pavement 40 SY" a /sx /600 ~ o Barricades, Warning:Signs . - 00 0 8.1 and Detours. LS 'YOOO /LS Concrete Curb:and, s 8'.2-A Gutter 69: LF /LF /_~Z o°G 2' SP-2 Concrete Saw Cut, 105 LF- oo/ o0 ~7/0 SP-L0 Rock Excavation 50' CY - S 0o/Cy ,?S-o pp SP-37 Excavation Protection 637 LF /LF' X37 O SP-39' Project Signs- 2- EA q 00 DSO /EA :SOO o0 SP-40' Abandon Waterline 14 EA $•o?SO°/EA $,_?,5-00 0 0 SP-41 Abandon Valve 5 EA laO /EA v~OO TOTAL P' - 3 BID-SUMMARY - TOTAL BID PRICE IN WORDS Awo Huna~iec~n/ror T`roa s4no~ 1;1, r /zunG~ ec~ ~~y saupn "Z nO o% /la ir. In the event-of the award' of a contract. to the. undersigned, the unders'igned` 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- insurer and' guarantee: the work- until final completiom and acceptance,, and` to, guarantee payment. for a11. 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',. whem 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 ast correct and final.. . Unit and- and_ lump-sum • prices as: shown for each item> listed! rim this proposal, shall-control over extensions.. ~i ~~/Oirr f.J Ch lTr 1iIG. C~d 4 Co 17S 7'~ ae c 7i CONTRACTOR, - BY. ~r ~io-rs ~LSS : ~ ` If- ,5-0 0 Street Address city an : stat Seal & Authorization (If. a Corporation) 417 .~93 3' Telephone B: - 1 SAFECO(D SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATICNAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE. WASHNGTCN 98185 Bond BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 WILLIAM J. SCHULTZ, INC., DBA KNOW ALL BY THESE PRESENTS, That we, CIRCLE "C" CONSTRUCTION COMPANY P. 0. Box 40328 Fort Worth, TX 76140 as.Principal; hereinafter call ad.the, Principal, and. the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle; Washington, a corporation duly organized.under the, laws. of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF DENTON, Denton, TX as Obligee, hereinafter called the Obligee,. in the sum of ***********FIVE PER CENT (57) OF GREATEST AMOUNT BID*********************** Dollars for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 1990 UTILITIES C.I.P. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified.in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal. to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 7TH day of Witness MARCH ,I9 91 WILLIAM J. SCHULTZ,.INC., DBA 8 CIRCLE "C" CONSTRUCTION COMPANY-'(Seal) Principal i B WILLIAM J. SCHU TZ, PRE ENT ~YTitle j I ~j~, SAFECO INSURANCE COMPANY OF AMERICA Wit ss By SHERYL A. IdL/UTTS, ey-in-Fact Registereo traoemark of SAFECO Corporation. S-541EP 3/90 PRINTED IN U.S.A. ~ - POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SAFECD - - SEATTLE, WASHINGTON 981.85 _ KNOW ALL BY THESE PRESENTS: No. 7498 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ----JOHN A. MILLER; ANNIE M. PINKSTON; SHERYL.A. KLUTTS, Ft. Worth, Texas------ its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. INWITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and.GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 13th day of August 19 87 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 the 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, maybe impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validityof 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 out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) 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 facsimile 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 still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this 7TH day of MARCH 79. 91 _ ISSUE DATE IMMIDDIYYI i 'CERTIFICATE OF.:INSURANCE X 5-2-91 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFFRS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE JOHN A. HILLER & ASSOCIATES, INC. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P. 0. Box 7214 - I POLICIES BELOW. ' Fort Worth, Texas 76111 COMPANIES AFFORDING COVERAGE (II17) 834-7111 (817) 834-71.1.5 (FAX) LETTERNYA ST. PAUL LLOYDS INSURANCE COMPANY ! COMPANY LETTER B ST. PAUL FIRE & MARINE INSURANCE COMPANY INSURED WILLIAM J. SCHULTZ, INC. dba COMPANYC THE ST. PAUL INSURANCE COPIIANY CIRCLE "C" CONSTRUCTION COMPANI' P. 0. Box 40328 COMPANY D Porr Worth, Texas 76140 LETTER ' COMPANY E LETTER 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, TER M 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 SUItTECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMI TS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO TYPE OF INSURANCE POLICY NUM LTR BER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MIAIDDIYY) GATE (MAMDDIYY) - GENERAL LIABILITY - - GENERAL AGGREGATE S 2 000 000 A X COMMERCIAL GENERAL LIABILITY 691_N117963 8-12-90 8-12-91 PRODUCTS-CCR.IPIOP AGG. 52,000000 CLAIMS MADE X, OCCUR. PERSONAL F. n"JV. INJURY S 1,000:000 OWNER' S?. CONTRACTOR' S PROT. E4CH OCCURRENCE S 1,000,000 X I ncludes Contractual R FIRE DAMAGE (Any oe fur ) 50,000 - Till ~D.~Lf~ I-N gP - MED. EXPENSE (Any one perno(O S AUTOMOBILE LIABILITY - COMBINED SINGLE 000 LIMIT ' 1'000 B X ANY AUTO 691NH7963-1 , 8-12-90 8-12-91 ALL OWNED AUTOS BODILY INJURY 5 SCHEDULED AUTOS (Pnr person) X HIRED ?UTOB BODILY INJURY S X NON OWNED AUTOS ' (Pe: enn,denB I GAPpGE L:.311 ~T" PROPER iv DAL:AG F. 5 EXCESS LIABILITY EACH OCCURRENCE 5 2,000,000 C X UMBRELLA FORM 691-N117963-2 8_12_90 8-T2-91 AGGREGATE 5 2,000,000 OTHER THAN) UMBRELLA, FORM STATUTORY LIMITS WORKER S COMPENSATION EACH ACCIDENT 5 50,000 AND C WV093 02022 12--91 8-12-90 8- . . DISEhSE-POLICY LEAT S 500,000 ETIPLOYCRS LIABILITY DISEASE-EACH EMPLOYEE > 500,000 OTHER DESCRIPTION OF OPE RATIO NSILOCATIONSIV EHICLESISP ECIAL ITEMS PROJECT: BID 111229-C.I.P. UTILITIES WATERLINE CERTIFICATE HOLDER IS AN ADDITIONAL _ INSURED AS TO ALL APPLICABLE COVERAGES I CERTIFICATE. HOLDER - CANCELLATION:); SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF DENTON EXPIRATION DATE THEREOF, THE ISSUING COMPANY !HILL ENDEAVOR TO PURCHASING AGENT MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 901-B TEXAS STREET LEFT, BUT FAILURE TO MAIL SUCH. NOTICE SHALL INJPOSi: I10 OBLIGATION OR DENTON, TEXAS 76201 LIABILITY OF ;.NY KIND I o N THE CQNIP;.NY. ;S 'GErITS UP REFRESET-ITnnVES' AUTHORIZE PRESENTATIVE RD CORPORATION _1990. rar y„ FvJf':6'xki-~, .1 .F;jT [p m^:3tPrxy'-rte. ~ mc>n .~®o®D~.~a.;>INSURANCE~BINDER~°t• '~T~ it .w,hc .r t '~•S Y-" .a s yf ~r ,+..,x_ ~.,y, . ,:!ct.~,cv1u .tn::~..... ,.,a-,~,;,~,,,~ )i~~-' ISSUE DATE IMM/UDIVY) V~ ~ ~t~*i`;'•~ + y ~~_'Sil",~S3Q{_sr~gi~Xis,~.'~'~:~sstr_u•:;N~ ~ . g N ~ C ~vs`~t~.'t`}_S2 'T~"SC1~"v..: nt Y.. `'"^.'"S4F'~ rI ~ XLS/13/91_- THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, S UBJECT TO THE CONDITIONS SHOWN ON THE REVERSE' F THIS FORM. SIDE 0,...__ _ . _ PRODUCER COMPANY BINDEfl NO. - - - ST. PAUL -INSURANCE COMPANY --1135-- JOHN A. MILLER & ASSOCIATES, INC. ` P.O. BOX 7214 EFFECTIVE E%PIflATION ..._.._-_._..DATE.-._..-_.... _-._.TIME....... .-_.~DATE FT. WORTH, TEXAS 76111-0214 X._ AM Z 5 -16-91 _ 12 :01 _ PM _6-16_9.1 NOON (817) 834-7111 (817) 834-7115 FAX THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SUB-CODE COMPANY PER EXPIRING POLICY NO: DESCRIPTION ERAiiOWiJYEHiCLEi;WR6Pikii(iWcluding Location) INSURED OWNER OF CONSTRUCTION PROJECT CITY OF DENTON, TEXAS PURCHASING AGENT 901-B TEXAS STREET DENTON, TEXAS 76201 COVERAGES"v'' v :£''C .'k>'r,^,#3i'e`"^'+'s3 "'.y'`.°z'.~"' ,"'g"""`° v fi~ "='ra»=.e"< -,-n r.-.,+rt Ste, L£•f.,,a'?'ki. r,y 'LIMITS°?3~`~:"~;' -'=s*.r.,~4R TVPEOF INSURANCE COVERAGE/FORM S - e. _ it • AMOUNT........ DEDUCTIBLE COINSUR. PROPERTY CAUSES OF LOSS i ) f • - - - r7r,3t1f 7` x airhlg BASIC ~ (BROAD[ _ _]SPEC i y GENE RAL LIABILITY - i - - - " & Contractors.Protective- Liability Owners GENERAL AGGREGATE V`I: - $SOO OOQ _QO COMMERCIAL GENERAL LIABILITY - CLAIMS MADE 1 000UR , Coverage•'Ends..CG0009 (11/85), CG2855.•" (PRODUCTS COMPIOP AGO 'r $ (11/87), CG2824 (11/85) and IL0621 (11/85) PERSONAL 8 ADV INJURY - - $ X O OWNERS 8 CONTRACTOR 5 PHOT. Assigned Policy No. 591TE4351 EACH OCCURRENCE - SQO QGO GG-_ FIRE DAMAGE (Any one I ro) E - - RC R10 CAI E FOR CLAIMS MADE: MED. EXPENSE (My one person) E__--__---- AUTO MOBILE LIABILITY _ COMBINED SINGLE LIMIT. $ ANY AUTO - ,°.'id._.~F './js •S_;: . ; @r yr F - I BODILY INJURY (Par person) $ • r r : ALL OWNED AUTOS BODILY INJURY (Per accident $ SCHEDULED AUTOS PROPERTY DAMAGE $ _ _ HIRED AUTOS I MEDIAL PAYMENTS _C $ NON OWNED AUTOS PERSONAL INJURY PROT $ GARAGE LIABILITY" t ~ U MOTORIST T, $Ir _ I I, J r r •I„ AUTO PHYSICAL DAMAGE DEDUCTIBLE COLLISION: ' ALL VEHICLES SCHEDULED VEHICLES f ACTUAL CASH VALUE,. _ STATED AMOUNT $ OTHER THAN COL: OTHER EXCESS LIABILITY ' EACH OCCURRENCE I $ -_~UMBRELLA FORM ! - AGGREGATE $ I OCHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: I - I SELF-INSURED RETENTION I - IS STATUTORY LIMITS.. WORKER'S COMPENSATION EACH ACCIDENT S AND EMPLOYER'S LIABILITY DISEASE_POLICY LIMIT $ - DISEASE EACH EMPLOYEE $ SPECIAL CONDITIONS/OTHER COVERAGES Project Bid # 1229 C.I.P. Utilities Waterline NAMES ADDRESS.,' a/4.. +.^'xw~".. _:a:.. _ ;e: - l _r-' .c.. ,`"'f«`'y"°t'E3:..`S.;o-'sN~.• ~.w MORIOAOEE ADDITIONAL INSURED William J. Schultz, Inc. dba Designated Contractor LOSS PAYEE X"1 Circle "C" Construction Company ^ LOAN N P.O. Box 40328 Ft. Worth, Tx. 76140 AUTHORIZE P-ITEPRE ~ ACORD 75-S 7/90 _I__I__- t•- ` ' `°ACORD CORFORATION,1990