Loading...
1990-0802651L-3/3689 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1103 Floyd Glenn Smith ~ 81,541.00 1104 AtRins Brothers$ 562,997.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notifi- cation of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the ~C/ day of ~ , 1990. 0 BOB CASTLEBERRY, MAY7 ~ / ATTEST: JENNIFER WALTERS, CITY SECRETARY APP E AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE 2 DATE: JUNE 5, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1103 - WESTVIEW TRAIL PAVING PROJECT RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Floyd Glenn Smith in the amount of $81,541.00, with completion in 25-days. SUMMARY: This bid is for improvements to the concrete paving on Westview Trail. The project consists of 4,500 square yards of 8" concrete pavement along with curb and gutter, driveway approaches, and manholes. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Street construction capital improvements, traffic control, and citizens around Westview Trail. FISCAL IMPACT: Funds for this project will come from two accounts. Approximately 1/2 from Street Maintenance funds, account #100-020-0031-8303, $40,383.23 and 1/2 from account ~299-020-003-9105, $41,157.77, Public Works Special Revenue. Respectfu~y submitted: Llo~'d~fH~rreli ' / City Manager -- Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 030.DOC ............................................................................... , ........................................................................................... STATE OF TEXAS )( COUNTY OF DENTON )( CONTRACT AGREEMENT Q~.B~b . ~ ~~~~~ THIS AGREEMENT, made and entered into this 5th day of JUNK A. D. , 19 90 , by and between THE CITY OF DENTON of the County of nF.NmON and State of Texas, acting through r.r.OYn v thereunto duly authorized so to do, Party of the First Part hereinafter termed the OWNER, and FLOYD C.LI?NN~" SMITH P O BOX 1 781_, n ~>'N'P[1N, mFXAS 76-0~ - - ~ - of the City of DENTON , County of DENTON and State of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned,'to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bear..-i ng even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with~the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID$ 1103-WESTVIEW TRAIL 8" CONCRETE PAVING IMPROVEMENTS and all extra work in connection therewith, under the terms as stated in I:he 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 said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and i.n accordance with al. J. the General Conditions of the Agreement, the Special Conditions, the Notice ro Bidders (Advertisement Eor Bids), Instructions to Bidders, and the Performance and payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0119s written explanatory matter thereof, and the Specifications therefore, as prepared by THE CITY OF DENTON TEXAS ENGINEERING STAI'F all of which are made a part hereof and collectively evidence and constitute the entire contract. SPECIAL CONDITIONS Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, Eor the pueposes 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 o[ 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, oc 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, ayents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at ir.s cast 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 '1'exa and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to continence work on oe after the date established for the start of work as set forth in written notice to coimnence 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 pact of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the-year and day first above wiitten. ATTEST: ~1 ~7, (~u~~t, kIC~~JIt~~,or - ~-, r ~v -~TES~1~: _~~ Party of ~tSe First Pack, OWNER LLOYD V. HARRELL. CI7YY MANAGED (SEAL) i ~~ F GLENN SMITH Party of the Second Pa[t, CONTRACTOR ey Title (SEAL) APPROVED AS TO F~OR~M:/~ O~ I YL~M/~^ Ci Atto[ney ~~ CA-3 f 0114s PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That FLOYD SMITH CONCRETE of the .City of IIRNTnN County of DENTON , and State of TEXAS ,as principal, and SECURITY NATIONAL INSURANCE. COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON TEXAS , in the penal sum of F.7ruTV ONF. THOUSANll FIVE HUNDRED FORTY ONE ANll NO/lONollars ~~ 81,541.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the City of Denton, dated the 5th day of JUNE , 19 90 to which contract is hereby referred to and made a pact hereof as fully and to the same extent as if copied at, length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCF3, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants,, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to ttie true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Reyular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 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 22nd day of Ji7NE 19 9p FLOYD SMITH CONCRETE PRINCIPAL By T i t l e OH'NER ~_ Address: P. O. Box 1781 DENTON, TEDAS 76202 SECURITY NATIONAL INSiJK1WCE CQMPANY BYT SURETY °~ Title AGINT AND ATTORNEY-IN-FACT Address: 707 FIRST STATE BANK BLDG .~~~- t i ~' ~.- ~~t~~ The name and address of the Resident Agent of Surety is: a~~~,`=~Y ~ ` ~r RAMEY,KING ~ MINNIS INSURANCE ` ~a 707 FIRST STATE BANK BUILDING. DINTON. TEXAS 76201 r, PB - 2 PAYMENT BOND STATE OF TEXAS § COONTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That FLOYD SMITH CONCRETE of the City of nF.NTnN County of DENTON , and the State of TEXAS as Principal, and SECURITY NATIONAL INSiIRANCE COMPANY authorized under the laws. of the State of Texas to act as Surety on bonds for principals, are held and firmly bound unto The City of Denton, Texas, in the penal sum of EIGHTY ONE THOUSAND, FIVE HUNDRED FORTY ONE AND NO/100 Dollars ($ 81,541.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: ,; r WHEREAS, the Principal has entered into a certain written contract with the City of Denton, dated the 5th day ' of .TUNE 19, g0 , 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 SUCEi, that if -the said Principal shall pay all claimants supplying labor and material to him oc a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. r, PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22nd day of JUNE lg 90 . FLOYD SMITH CONCRETE g ,PR NCI AL BY (\}~Af ~ I / Title ~ OWNER Address: P.0. BOX 1781 DENTON, TEXAS 76202 SECURITY ATIONAL INSURANCE C~ANY ~'( ~ By Title AGENT F, ATTORNEY-IN-FACT' Address: 707 FIRST STATE BANK BLDG. _ DENTON, TEXAS 76201 The name and address of the Resident Agent of Surety is: ~~ PB - 4 c ~~ r ~~ ;' ;? r ~-~ ~~:~ _I THE STATE OF TEXAS COUNTY OF DENTON MAINTENANCE BOND 5 5 KNOW ALL MEN BY THESE PRESENTS: That FLOYD SMITH .CONCRETE a s P r i n c i p a 1, a n d SECURITY NATIONAL INSi)Rt\NCE 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, Uenton County, Texas, the sum of EIGHT THOUSAND, ONE HUNDRED FIFTY FOUR AND 10/100 ($ 8,154.10 ), the said sum being ten (10$) percent of the total amount of the hereinafter mentioned contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, the principal has entered into a written contract with the said City of Denton to build and construct ~ID# 1103-WESTVIEW TRAIL 8" CONCRETE PAVING IMPROVEMENTS 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 incor- porated herein by reference and made a part hereof as though the same were written and set out in full herein; NOW, THEREFORE, if the Principal shall well, truly, an faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (l) year from the date of acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited to, any settling, breaking, cracking or other ~, MB - 1 . -, `a~ defective condition of any of the work or part thereof arising from improper excavation, backfilling, compacting or any other cause or condition, known or unknown, at any time during the period of this bond, which the city engineer, whose judgment shall be final and conclusive, determines to be the result of defective work, materials oc labor; then this obligation shall be void, otherwise to remain in full force and effect. In case the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work as determined herein, it is agreed that the City may do said work and supply such materials as necessary and charge the sum against the said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued 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. Provided, further, that if legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this instrument is executed in duplicate, each one of which shall be deemed an original, this the 22nd day of JUNE , A.D., 19 90 SURETY PRINCIPAL SECURITY ~TIONAL INSURANCE COI~ANY FLOYD SM CON TE BY: '~-"~ BY: 6 Tit e . ~ Tit AGENT F, ATTORNEY-IN-FACT 1 ~./ U 1j MB - 2 TheTrinity Q' Companies Dallas, texas 75201 LIMITED POWER OF ATTORNEY Y.NO'N ALL P.1EN BY THESE PRESENTS _ ~z That TRINITY UNIVERSAL INSURANCE COi:1PANY and SECURITY NATIONAL INSUR~ANCE,CO,MF?p,NY; each a Texas Corporation and T, RIiJITY UNIVERSAL INSURANCE COMPANY OF'Kq NSAS; IMC.,; a K onsas Corpcration do hereby appoin~ M. G. RAMEY, TERRELL W. KING, ILI, RANDAI,L~"1: MINNIS, JEFF P, KING OR JAMES KING - DENTDN, TEXAS its true and lawful grrorney(s)-in-Fact, with fsll no nc~rlry ro execute on its behalf fidelity •dndsufety'6onds or underwkings and ocher documents of a si miler rharac rer issued in the course of its business,;'.and to bind the respective cam pony rh Pre by. - EXCEPT NO AUTHORI"I~Y IS GRANTED FOR. , 1. Open Penalty bonds. - 2. Bonds where Aitorne y(s)-In-Poet cocecr as e party at interest. IN WITNESS WHEREOF, TRINITY- UNI'/FRSAL INSURANCE COM1IP 4N Y, SECURIT't. NATIONAL IN- SURANCE COMPANY and T.R INITY UNIVERSAL INSURANCE COP:IPANY OF KANSAS, INC., have each executed and arrested these presents - ~~// this 9TH day of APRII t9 gg:. ~~.('.CLG~ '/yam/ ~Y~rr~~ ~~`~'f!v~ ~ ~ \~/7/~ S/~1//~J / JUDI R E. PAGAN, CO~~ECREYARY-VICE PRES. JANhh~G. DR WERT, pRE51DEN/ AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSl1P,ANCE COi,1PANY and SECURITY P:ATION AL INSURANCE COMPANY; :' ecch a Ta <as Corporation and TRIM T'f UNIVERSAL INSURANCE COh.1PANY OF KANSAS, INC., a Kansas Corporation, in pursuanw of nutirorir: .w ontad fir, ;haT cerei.-~ resolu;ian adopted by their respective board of Directors ~an the 1st dey of i.larch, 1975 end of ~.vhich t'n= iollowinc is a true, full, and complete <opy:'.~ "RESOLVED, Thor rite President, any Vita-Pmsideo;, or any Secretor: of eoch of these Companies be grid they are hereby authorized and erncowered c mcG.-- _,ecure, anti dali•.er in behalf of these Companies un rc such person or persons revdino v,irh ht rite Unfired States of Amen ca, as they may selec r, firs Power of Attorney con srltuting and cppoinrlne each wc~ ry=rson firs Aaornec-in-Fact, with full power and author- . icy to make, execute and deiiYer, far It, in firs Home end in firs behalf, os surety, any port teal ar bond or underta'~ing that may he re Guired in the specified tern torn, under wch limitations and resrr is tion s, both as to nature cf such bonds or undertaking and as rc Ilmirs of liability to be undertaken by these Companies, as said Officers may deem Groper, rha nc;ure of socFt i;onds or undertakings and the limits of liability to which such Powers of Attorney may bs re stricta d, w be in eoch Instance specified in such Power aE Attorney. RESOLVED, Thar any and all Attorney s-in-Feet rod Officers of the Companies, includ fine Assistant Sec ter. ;Aries, whether or riot the Secre re r~ is aosen t, be and ere hereby outs orized and empowered ro certify or verify copies of the By-Laws of rhesa Ccmnrniss as v:ell es aey ro solution of the Directors, having to do with rf:e ex ecurlon of bonds, recognizanw s, con:racrs of Inde mnit ~, and all other writings abligotory in the nature thereof, or with regard ro the powers of any cf the cff tears of these Companies or bF At torn ey s-in- Fact. RESOLVED, That the sign atvre vi cm; cf t. ~ oarse~rs ascribed L. .. a icre aoiny resol union may be'fuc- - simile signatures as fixeC or re produ c:_d 'oy --nY rcrrn or ~r7p ur ;, ;,I. i -, o cr arher reproduction of tha namZS Of the persons her?inabcv2 av thOri±2C.'~ f CERTIFICATION OF POWER ATTORNEY I, Judi rh E Fayen, Cnrp. Secretary cf TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify char the foregoine, Re sal union of r'no Boards of Directors of t'nese Corporations, and the Power Attorney issued pursuant there ro, ere true and correct and are still in Full force and effect. IN '.VI TfJESS 'vhc,R[O F~^,Itna e'r.ereunte set my nc-d end a~f -~.~e rye facsimlle seal cF eoch Corporation ;"~.. Eet`~`'~~~ ~a.~ ~ ~ 51.E ~N°r4 ?~ ~.PWruumry.Ma~., i /fir wrruyY ~.r ~/ >~SESS;; - SEAL.3 SEALa= ~UDITN E. PAGAN, CORP. SEG RET ARY • `yiy\. ~ i ids ~ ~~ tl ^ '. ~ ~ . Wbnn.nrnOPr f Q:+~pnnM B-3B9Y RE V. 3-02 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/oc 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 worth 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. 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 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 protecr_ the Contractor against all claims for injuries to members of the public and damage to property of others acisiny Erom 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. 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. 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. INSURANCE SUMMARY: The ContCact 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 ace 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 oc 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 adeyuate 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. rr CI - 2 -' !~- o-'d N T H U 1 2 ] 57 P u. me •d Y i r. 9' f•1 i r. r~ i s F' _ 0 1 a/:1/N:D. CERTIFICATE OF INSURANCE 'SS"E°"TE'MM'°°""' 7uly 5, 1990 rRDDUeER TH19 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANO CONFERS -game Kin 6 MinniB NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE ODES NOT AMEND, Y S EMEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 707 Firet State Bank Bldg. Denton, Texas 76201 COMPANIES AFFORDINp COVERAGE coDE Bue•co°E COMPANY A LETTER COMPANY LETTER COMPANY G. LETTER COMPANY p LETTER COMPANY E LETTER Trinity Universal INSURED Floyd Smith Box 1781 Denton, Texas 76202 COVERAGES • THIS Ifi TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED SELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POIICV PERIOD INDICATED, NDTWITHSTANDINp ANY REQUIREMENT, TERM OR CONDITION OF ANV CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY aE ISSUED OR MAV PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IB SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMIT6 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ~O. TYP! OP INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ~ ALL LIMITB IN YHOUSANDA TR DATE (MM/ODlYY) DATE (MM/DD/YV) ' GENERAL LIABILITY O@NERAL AGGREGATE f 1, 000 A X C'DMMERCIAL GENERAL LIABILITY GL7474918 5/1/90 5/1/91 PRODUCTB•COMP/OP$AOOREOATE f CIAiMS MAOfi x OCCUR. PERBONAL f ADVERTISING INJURY f 500 x OWNER'9 f CONTRACTOR'S PROT, 'EACH OCCURRENCE f 500 FIRE DAMAGE (Any ene Ilro) f 50 MEDICAL EXPENSE (Any ene pereen) t 5 AUTOMOBIL! UAOILITY COMBINED A x ANV AUTO TCA6563214 5/1/90 5/1/91 L0N"pLE f 1,000 x ALL OWNED AUT08 i BODILY INJURY f SDHEDULED AUT08 (P°I poroorV HIRED AUT09 BODILY INJURY ~f NON•OWNED AUT09 I (Pfr f00100R0 GARAGE LIABILITY PROPERTY f i DAMAGE EXCESB LIABILITY AGGREGATE UHA ENCE OOC E 8 OTHER THAN UMBRELLA FORM WORNER'B COMPENOAnOX STATUTORY f 100 (EACH ACCIDENn AND WC8273085 JP/1/9D 5/1/.91 ~ f 500 (DISEASE-POLICY LIMIT( lMPLOYERB' LIABILITY f 100 (DISEAS@-EACH EMPLOYEE; OTHER I IEBCRIPTIDN CF OPERATIONSILOCATIDN9/VEHICLE&RE8TRICTION3/SPECIAL ITEMS City of Denton 901E Texas St. Denton, Tx. 76201 ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ! MAIL 30 DAYS WRITTEN NOTICE 70 THE CERTIFICATE HOLDER NAMED TO THB LEFT, BUT FAILURE TO MAIL SUCH NOTICE 6HAlL IMPOSE NO OBLIGATION OR LIABILITY OP ANY KIND UPO THE COMPANY, ITS AGENTS OR REPRESENTATIVES. (CORD 26-5 (3/8S) AUTXORIIEC PEPREBENTATIV Aamey Kin ®ACC'RD CORPORATION 7988 CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. 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 required by the governing contract. 2. 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. 3. 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 $500,000. ii CI - 4 ''r~X"d r, `-t~~iw `}'~~~~ts~~.gi w`4Ytgp 4 '1 'M~.:.k it> }h ill I~ t3', ' ? ,.art 't'tr .+ a 2' ` 'i 4 °'R N'. ~. L i S~k A~' S < fi ~3.y `. ~~` t E* , tsqq~~~~?w~ ~~t~js t iv F '3 { ~ r ~w ~4~ ~ .Y ~ ~ '~' .#t J'~"L t'- ~` s 6~ 't x ~~t 7~ w pL' '~ t9' b , a L M ~~= F 7r t 'dF r~ t Fla` Y, ; ~~ yYP~ K'q~ ifir'~ s ~"'yzy ~.! ~~~ i a~ -s~, (+, rr t! x~~7t i~,t~ ^'. f><~ Y ~ a',yct42.~y . ,;N ~ tj Y at ~ s - ~ r .~ -}' K t [ ~d'TK' ,~ itiSq j~ fit, r`~. '~ ,~ ~ m~ .~ et i ='G" { la ~ ~i 'w~f v ~5"~ Ay #< i t ^C!z" 'Sw ~3Y+w *'p.5 Flit ''~ Tom`+u4~ .1F~ira t~~u= ~~, s 'i. 'fi i)`!, t .{fie;, r ~ S ~~ rBID # 11D3''~s~°'~~ ~ ~~~t r'~"'~ { t i Yfra ' N ,A ~" 4i~ ~ SP t ~y~ ~fi$rd Ore ~~~f$'k'~T.`va`~~4a t t~C~ t rx }, ' F ~ ~Lt k"qk ,~„y -a. '.~gy t 'c ~4 s. 9 d~'~~~1+:~~`{~a R, rt'Elt~,ba .. f'r - ~~ ~,,..~r ~*~ 7`~i ~~c ~h`I -. 6 i~~j. i _ iz i~~~~ b >:u `i i,1~ ! 5 u 'j ~,.~{'~'1 j t }" y'~! 4 Y 4 ~S°'W ~' frnd''e', .>y..t+~j `v`',fi t~~ ti., fir ~~=b ^ tL 9 y e~,j W t t w t ~ _ ,~ .~,_~,~. firs;, '+ sPROPOSAL 9 ~-tir=E~i,~,~ ~ ~'~.~^.(,'`."~~ 'i`~o~afi~°a 1 €' .fi (~3j s~, .. tf = u'. , al 4} 1 k .}"'"° ~ ry ,f'tj1 ' y fi ~ ~-/ ~ ~ _ ' ev n ~ ° t a3 M~'~a~ ~~ ~~ ~ ~ , ~5't~{.p f I~1 ~{ i"~b ''~~ 't 4'.Sy 4 TO 1t er ~.~ ~~~ b, ~` '~ t r,a) r t" ~x'`+, A tr vM ~'; v'.~'.* it ac~. _ 1~'"e'$~.~x'fi, t ~, i~," 4y'3 a ~ rt5} q~ ~`~ THE CITY ~ F - s ~ ,~*~ ~'=~;~t ,~ ~ >*~ '~ ; . t OFD DENTON, TEXAS a = ~ ~ w" ~ { t. :t n t 3y '+ ~ ~ ~ ._. t ,,x a,f ty+`(~ spy ~~"~~i„ ~ t ] 1 e n~'W'r $ tp q! ., i~x ~ ~ w 4. # ~'~ r t ti~ a'~tu"~'~ ' yt ~~i 'C =_ ~ v°if ~ FOR THE CONSTRUCTION x-OF µ y,, , ~-i =#'~~xC. ~~~,~ ~~ t ~ ~ - t Ns~ ~_ ~"t'' ~~ ,. 'r'v~`~ttt1' t'"T~~~~h7~ ~~~ k ~a~ ~~ is ll5 r ! ~~H r ~..~ ~ ~ ~~ -' ~ . - f ti n r~ t,`'~t~ :~; i ~ , x~•i"~ ~',, ~+,, ;~,,~; 3 ~*~ WESTVIEW TRAIL 8'.' CONCRETE PAVING tIMPROVEMENTS { ~ ~~' c t 1S -wr r , t .. ~ u~ C ~ ) N~ y 5 ~~ _ « t'h ~ r,r~+r pi.f s ~t> t i(,.~{~ 1- ,~,.iel.~~ lr~~:~ a I tJ ~ rc ~ k,4, ~,*^~a~+~,+.,~ mss,: >~~,~~.a+,: w, t '~ DnNTON, TEXAS,si"`~ o~ i .. .-. hai a,~~~~, r ? ~ ~ G ti 1 f ri ; , 4 f~i 4PT~,I~~a ~~ ~ ~x~,y i E'S, ~i l~'!. f -eu= =r iii'`'~'~#$!tt 'EaH v ..} ir+ rt' tfi ~ ~(.~~s ~ tV~"fit ~ t. t~+~ s'' ,,' ~ The~:Tundersigned, - as bidder, • declaresal that the onl ~ *': ! parties ':interested in : this ~ ° Y person or ~~. ti, proposal ''as!: principals are those ~~` ~s A f` named,~herein,°= that- thisproposal is made `without 3.collusion withYr ~~ t any ,` other'''person, firm ` or corporation, :,that he~~;i'has carefullya~~^r`~" ~~f',examined'lthes form of contract, Notice eto iBidders, r,specifications;~~~k~~, ,.., ands=,,the°plans ,,herein-~ referred .to, ~and',has carefully examined ~ ~j r the ~;rlocations, conditions, ' and _ classes;' Hof materials of the Fs,'",~,~~,# `jX~.laborse,d work' and-agrees that he will'~provide all';-the necessary ~tif ,•~~machinery, tools,' apparatus,tand`-other-items incidental 4,~~; ~to''construction, and will do all theJ~work' and furnish all the' ,`Ry' materials. called for in the contract.`and specifications in the jM,x~:~ manner prescribed herein and according`to. the t'e uirements oft-'~'~ the"aCity;as therein set:.forth. ~, ! '~: :; ;f9 .-~~~ It'` is'understood that -the followin " 1 ' ~'~ "~'d''~`` g '~quant~ities Hof work to be S`'~~k~+~' done° at unit prices are approximate only, and~•`are intended '~''~` principally. to serve as a guide•in evaluating bids f# SR~~, It • is'.agreed that the quantities of ''work to be ;:done at unit yifi#~:~ .prices" :and .material to be furnished..; may be ~xyincrease~? cr ~ ~"-~ diminished as i may be considered ` necessar `'t'R "'"~ ~, . of~,`.the ~~Cit Y. imF~the opinion y~~-:=~~~ '~ ` : contem lated ~ ~• to complete the work. fully as . I;planned and ;r~~;'s• f P ,,-and that.-~a11; quantities.; of,.work whether .increased 'r~,-~^ or'~decreased are to be~`performed at~~the unit '~~~; prices ..set forth,z.~t-, ,~ i=', below except as~~provided for;?in the',,sppecifications~~'~ ui~sf; . T. -G"~ ... =~~t! ~ ~li~4i r~fi tit i~'i='r.l q~ It-,is further agreed that lump,-sum'pcices,~may bei,~{increased to ~,'~~~s cover.=additional' work ordered by the:i~City,~;' but not`jshown on the r't ~~" ', plans''or required by the specifications, >in accordance with the 'F~.~t provisions. to the General .Conditions °~ Similar, ~"F the ~"'~"~' Yi, Y. may be,t,~'~,g~ decreased,,,to cover, deletion. of work so iotdered. ; n,! k,~q~~.~ _ It is •understood' and agreed that the}~work •is to be";completed in ~'~v~,^ •sheetwithin the .number of work days shown on the b1d tabulation ,yc:;~ ' ~ '~~~ i.yf h S ~!r t ' ~~ } ~A ~, ~~~4. .. J ' s '"zJ,-Y uh-fie``. ~n "Y3f r ,~~`.I.~.'F YX`'.+ ~ ~'. 'R ~'. ~ Yn a ;.r;WORA DAYS r'~F.~. 25 . • r: s" ~ ~ it BID NO. j1O3 " Westview Trail 8 . Concrete Pavin Improvements -.+,', ,`,,+ p0 N0 ~^ t , r'~r ~ _, . i [i gyp. _r ~rf '- ~ . 1rr~'~' 1r ' ~.. ~ ~ i 1. ~ ~ , 1 ~ ~~~~ i ~ ~ "1 ~' ~r' '~ iu 4 + BID TABULATION SHEET ~+ t; t( Y e 1 I;r i PFfN ~~ 1 y" ~~ _ °~n4 1x ~ ..r..'. 4 k s'~~" ] Y`e''d' {~~NN> ~k. k'1f f. Y + 1 ~ +~ + f X " ~ ITEM ~ DESCRIPTION QUANTITY '+UNIT ~tUNIT PRICE TOTAL~a` ,,z ',e J :, r~..,:~r , .,. ., ~::~ `~~y 1.21 Contractor's Warranties ~ LS ~ i -~' S Q ' 5.8 8" Concrete Pavement 4520 SY //c3~ / $S/~Z Bar[icades, Warning T ~ ` ~ ,, r.ra„~;r, 8.1 ~ Si ns, and Detoucs ` ,. L3 ' °` ~7 ~ J ~' I ` k ,~~~~~J~. .8.2-A Concrete Curb and Gutter 420 LF + . / =~ aaao m ' * ~ ' i ~ { i ! u ~ 7S ~ ~"Ny 1~ ii 8.3 6 Concrete Drivewa 20 SY Q / 9-s.m 6.7:2-A MAd ust ,Manholes ~ 3' t''~ +~ ~ EA °- / Q~Cd' r + SP-15A,~ A ust Valves 3 ~ EA ~/ lo~OYy ' o SP=15B Sewer.. Cleanout 1 '' EA ,,/ ~ ~$' / -M4 . ~ 44 'j Ta a ' k, ~.~/ A ,,;; , ~, ,, / ~,~=rf' z. ~ ' t e~ ~'~''. ` :k ~ ~ i ~:?~ .a 4W + / p r . ~ I~. i t ~ j~~ ~i~W~N: / r~ ~ . i iD ?~ ~ ~ 9 n6 . ~,i" ,, k ~~:. Wz,. . - ?~ ""~ ; -- ~ ~~ ~ si r' l~j , / ~ ~~ ~ '~' tr~3 ~~ i' _ ~ / - •. a - k. .y I ~N+ C F ~. ~1+ i t ' ~ ~'( - 1 ~ +~ , , ~~ r $y~'~'sr;i , . a zr L`~i ;, ~ GZ": .: `~ -r I s' M / 1. k S 1 F Y S Yµ ~~ F, ~`. ~' Z 1~1 ~J'V` ~1{ G '`Sy'4y R,~ t Liar ~ ~:2, ti ,~.T4 i4 .w ~~.d" ~~~~~ir'r 1 u d '+~,~~. q:. PCi.... ~.: w .~ t :. v...` vL p Pl1 ' ~ x r' t _ r'," ,Y ~ z. $ ,i ,. ` nBID# 1103 ~ +4t~~1 ~ i. ~ i Sty. ~ BID SUMMARY z ' o, ~ r - e~y,'~ c ~ ~ r ~t t,~ . " J ~t~ ~{" ,a" ~~g`~ .~ 'TOTAL T^BID ~ PRICE ,IN WORDS ~,((k, ~mj n~~~n~t,Q rf`~',~` ~~ 4 J/ ryj ' s`~=~`,~~ .. ~~~~ D~.C(I ~. iT/W i.l T d M1M '"~.~'~ d... ~ l Yi ~ A. . ~ ..4 ~ i 11 `Z s t'. , '~Y :In 'the event "of the award of a contract to• the undersigned F ~~ W {Ne S ~y bt the ~:~` .undersigned will furnish a performance~~' bond. , and a>:~~payment bond t~"~~`~ . for` the full-•~' amount of the contract•~~ to secure proper 'ter-~'' compliance with the terms and provisions of i `" ' thesr'.'contract, to ''~ ~' ~''. " nsure and guarantee the work until ,final completion , and ,^~'"+ . acceptance, and' to guarantee payment `ford all ' lawful claims for ;~' ~" labor pecformed~and materials furnished in . " the fulfillment .~~ . a.. ~~d<<;~ of ;~ the contract _ r~~ 1 ~.,y." n< ;. , p.~~-5~.. It pis; understood that the work proposed to • be done shall ~-F be ~~~&~'~~{~ accepted, when' ,fully completed and finished ` ` in accordance w ith ;r '~ `~i the plans: and specifications, , to the >. satisfaction of ,: . the ~'~ r~ - ~k ; Engineer ;~ > , .. i , ,~.• ~ r e ~ T x s, ' 5"Fk,~ he undersigned certifies that the bid prices ' contained in t ~ his r ~z ...proposal "have. been carefully. checked, and are ~;s ubmitted as , correct and final. ; i ~€~ ~•4~ r~~~, .. ~ ^I -" "~ '~ ' ~ ~ ~ Unit and' lum p-sum prices as shown for ',each -'item listed in t t ,x ~: his j"~ ._. proposal, shall control over extensions. ~ jf; ° ^ ' ~ , ~p , ~ ~ ~.,r ~. r a ~// ~ l { 4" rj ~4 ~ w 4s CONTR CTOR , , ~' ~ ~ !'I ~ ~ ~ i t ~~~r ~ = k ~ . ~ ~ ~ ~ ~,µ,,. 1 ' ~ ' 1 I ~ ~~ ~; . . CI I ,~ ~~ ~"' , e~/G~sN , ' ~ ,.. '~; ~ ~ Street Address ~ ~~ „r, ~+~ • ~ ;' ~ 1~ S 9G~0~ : ,~ t ~ ,~ : t ~,z ;~ 4 ~s City and tate ~ ` ~ f ~! , ; \ ~ 'l$ I'K'~ < u. u f ry, ;r Seal b Authorization " ~ G , _; ~'' (If a. Corporation) ~~7-~ ~ -D/i~ ,, ~~~ -F - Telephone .~ ~.{! ~ ~ t~". .: ~ ~ (!; ~ ~~ s ~ p ,°~ „ ~. - .. !f ~ ! SI iE t "~,1~., ' , t, ~. ~•au•~ . • ' , i !. , t~~; ~ ~rz~a f ~ ~ 1.Fi n[~~~ ' ~ ~ ~k ~ :$ ~i xiu~p~e ~~77 q~i ' i N' a , 41 hl •. ~ 1 ~ , ~f I '.`fV.Y ~.: 5.~ ~j - - c. I " 1 y ~`uflt~~~i~. ,~ ~`The~'rini i::i .~ ::~ Companies Dallas, Texas BID BOND KNOW ALL MEN BY THESE PRESENTS, that we FLOYD SMITIl CONCRETE CONTRACTOR AND FLOYD GLENN SMITH, INDIVIDUAL as Principal, hereinafter called the Principal, and SECURITY NATIONAL INSURANCE COMPANY Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF DENTON, TEXAS as Obligee, hereinafter called the Oblig=e, in the sum of ,as FIVE PERCENT OF BID ............................ Dollars ($ 5 % o f bid ), 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 City Street REpair, Westview Trail, Denton, Texas NOW THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into 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. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed and sealed this 15th day of _ D1ay , ig 9O FLOYD SDIITFI CONCRETF. CONTRACTOR AND FLOYD GLF,NN Shff'1'H, INDTVIDUAL (Witness) • 4 ~ .!4 ~SEBL~ SEAL;•~ ''SEA,L~~ =,/ .y S 6tB 15 Bli Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. q (Prir}cipal) ') ~ / (Seal) 1 '~~zG~ r (Tide) SECURI'1'y NA'1'lUNAL INSIiR~WCli' CODIPANY (Attornnwin-Facn TheTrinity Companies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY TFIESE P42ESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a l'exos Corporation and l'RItJITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas eorpa~°"an da hereby appoint M, G. RAMEY, TERRELL W. KING, III, RANDALL L. MINNIS, OR JEFF P. KING - DENTON, TEXAS I its true and lawful At rorney (s )-in-Foci, with full authority to execute on its bahalf fidelity and surety bonds or undertakings and other documents of o similar character issued In the course of its business, and to bind the respective company Cher=by. EXCEPT NO AUTHORI-I'Y IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s)-in-Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATION 4L IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, IN::., hwe eacb executed and attested these presents thi s~aTH day of FFRRIIARY ~ \~~7/~/ S/~~//~) t9 8~ E ARV-V IT [E PRES• ~MhM~G. OR WERT, pgE51 DEN~~ AUTNORITY FOR POWER OF ATTORNEY Thar TRINITY UNIVERSAL INSURAICE COMPANY and SECURITY NATIONAL each a Texas CorporoH on and "f RINI'1'Y UNIVERSAL INSURANCE COMPANY OF Corporation, in put seance of authority granted by that certain resolution adopted Directors on the Ist day of Mdreh, 1976 and of which the following is o trot "RESOLVED, That the President, any Vice-Pre sldeni, or any Secretary of each of these Cortrpmri es he and they are hereby authorized and empowered ro rnaka, exec ore, and deliver in behalf of these Cornpan ies unto such person or persons residing within the United Sr aces of America, as they may select, Ls Pove.-r of Attorney constituting and appointing oath such person its Attorney-in-Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surot y, any particular bond or undertaking that may he required in rho specified territory, under such limitatbns and restrictions, both as to nature of such bonds or undertaking and ac to lira its of liability to be and errgkan by these Conipauics, as said Officers may deem proper, the nature of such bonds or undert ak fogs and iho limits of linhiliry ra which such Powers of Attorney may he restricted, to ha in oath Instance sp e<ified In such Power of Attorney. , 1ESOLVED, That any and all Atrornoy s-in-Fact and Officers of the Companir s, including Assishmt Sacr.,- taries, whether or not the Secretary Is absenq be and ore hereby authorized onl empowered ro certify or verify copies of the By-Laws of rh=so Companies os well as any resolution of the Directors, having ro Jo with the execution of bonds, re coyni mote s, contracts of indemnity, and all othor wri rings obligatory in iho nature thereol, or with regard to the powers of any of iho off icons of these Companies or of Attorneys-in- Fact. RESOLVED, Thot the sign at vra of any of the persons do serf bed in the foregoing resolution may ho fac- simile signatures as fixed or reproduced by any form of Yyping, printing, sYampina or other reproduction of the names of the persons hereinnbave au thori zed.° CERTIFICATION OF POWER ATTORNEY I, Judith E Fagan, Cnrp. Secretory of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the Foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and arc still in full force and effect. IN WITNESS WHER EO F,_I have hereunto set my hand and ofhse/d~the facsimile saol of ouch Cornorati~ojn ~~ - d,is l~doy of ,//`Cy n _i ti wriy I yAL INy j~` A^siN....~~y0 `S,\~\°.u,inyy~n y~ `~ f; q=:SEAL;;= .=SEAL=€ ~or,o~TN E. FAGAN, CORP. SEC RET ARV w 3~, ~"nnrmn ~~~mrnm~ INSURANCE COMPANY, KANSAS, INC., a Kansas by their respective P..card of full, and co mpl ere cape: ri E v. 3-82 DATE: JUNE 5, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID~ 1104 - 1989 UTILITIES CIP 6" WATER LINES AND 8" SEWER LIARS RECOMMENDATION: We recommend this bid be awarded to the lowest responsible bidder Atkins Brothers, in the amount of $442,195.00 for the water lines, and $120,802.00 for the sewer lines. Total bid award $562,997.00 with completion in 125 days. SUMMARY: This bid is for the installation of 6" water lines on Bristol Court, Wilsonwood Street, Brightwood Street, Longfellow Street, Skylark Street, Sun Valley Street, Valley View Street, Sunnydale Street, Oriole Street, Bob-O-Link Street, and Hummingbird Street. The bid also includes 8" sewer lines on Austin Street, Foxcroft Street, Avenue "C", and Stella Street. These projects were approved as portions of the 1989 Capital Improvements Program for the Water/Wastewater Utility. BACKGROUND: Tabulation Sheet, Minutes of Public Utility Board Meeting PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Water/Wastewater Utility, CIP Program FISCAL IMPACT: Funds for these projects will come from 1989 Capital Improvement Program, account number 623-081-RB89-R905-9114 and 624-082-0471-V906-9114 Lloyd'. HarrelRespec~ 1~.~~ submitted 1 ~: City Manager Pro~xar ed by: Name~--~-To~-D. Shaw, C.P.M. Title: Purchasing Agent 030.DOC o o o o o o o ~ ~:~ HO o o o o o o 9d-/3/ - s, CONTRACT AGREEMENT STATE~OF TEXAS )( - COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this Sth day of JUNE A.D., 1990 , by and between THE CITY OF llENTON of the County of puNTON and State of Texas, acting through r.r.nVn y_ HARRF.f.r. thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and ATRINS BROS. ~~ Fl~r1TDM ATdT rn rUr 1 8 ARS Ai.L GRAND PRAIRIE TEXAS 75051 ~. of the City of GRAND PRAIRIE , County of DALLAS and State of TEXAS Party of the Second Pact, hereinafter termed CONTRACTOR. WITNESSETH: ~ That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of: the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence-and cornylete the construction of certain improvements described as follows: BID# 1104-].989 UTILITIES C.I.P., BRISTOL CT, WILSONWOOD ST., BRIGIITWOOD ST., LONGFELLOW ST., SRYLARK ST., SUN VALLEY ST., VALLEY VIEW ST., SUNNYll11Lli ST., ORIOLE ST., BOB-O-LINK, HUMMINGBIRD ST., 6" WATERLINES ~ AUSTIN ST., FOXCROFT ST., AVE. C ST., & STELLA ST., SANITARY SEWER L and all extra work in connection therewith, under the teens as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all mate[ials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice Co Bidders (Advertisement foe Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or 0114s CA-1 written explanatory matter thereof, and the Specifications therefore, as prepared by TIIE CITY OF DENTON TEXAS ENGINEERING STAFF all of which are made a part hereof and collectively evidence and constitute the entice contract. SPECIAL CONDITIONS Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered 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 t9anagec 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 r_ost 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 Dent~~~~ 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 Gene cal 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. cn-2 0119s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written: ::~ ATTEST: _. A ~ i CITY OF D~iTON TEXAS Party of t) ~~irst par~,~ LLOYD V. HARRELL, CITY MANAGER (SEAL) ATKINS BROS. EQUIPMENT CO., INC. Party of the Second Part, C 'PRA C'fOR - By - - Title ~~~~ CA-3 (SEAL) .~ ~b i .~ _~-.. ~S' ~ a ~'~ _ ^ ~, ~"~ ,~ v^: .\ r :~~s ~. ~~^u -.. '// ~~ _ 0114s PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON ~ KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROTHERS EQUIPMENT COMPANY of the City of GRAND PRAIRIE County of DALLAS , and State of TEXAS ,as principal, and WEST AMERICAN INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON TEXAS , in the penal sum of SF.VF.NH~NBR~$~la~TY TWO THOUSAND, NINE HUNDRED NINTY Dollars ~$ 562,997.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the City of Denton, dated the 5th day of JUNE , 1990 , 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 SUCki, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by ttie Principal to be observed and performed, and according to the true intent and meaning of said Contract and- the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by 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 - 1 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 of June this instrument this 5th 19 90 ATKINS BROS. EQUIPMENT COMPANY WEST AMERICAN INSURANCE - PRINCIPAL SURETY ~fi ,- Fri BY ~l~ ~~~~~ BY ~ °`_~ Mike^Atkins Ra atson '~= -~ Title prO.S1:Ll"^t Title n++nrnay-in-far-~1- Address :pt k^nc Rrc~a- F.a2~t c'c- 1nc~.Address: Watson-Aaencv ~~ ,.-' t, day ~~t_~ 4~8'Wesi: ~4a~shall 9401 LBJ Frw y. , Suite 304 Grand Prairie, TX 75051 Dallas, TX 75243 The name and address of the Resident Agent of Surety is: Ray Watson WATSON AGENCY 9401 LBJ Frwy , Ste. 304, Dallas, TX 75243 ~ Disclosure of Guaranty Fund Nonparticipation In the event the insurer is unable to fulfill its contractual obli- gation under this policy or contract or application or certifi- rate or evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty I fund or other solvency protection arrangement. I___ _ -- „_ PB - 2 CERTIFIED COPY OF POWER OF ATTORNEY REST AMERICAN INSURANCE COMPANY ADMINISTRATIVE OFFICE, HAMILTON, OHIO N0. 369 ~llOlq a11~ A~PU b~ (~hPBP ~TPBPY118: That WEST AMERICAN INSURANCE COMPANY, in pursuance of authority granted by Article VI,Section 1 of the By-Laws of said Company, does hereby nominate, constitute and appoint: Ray Watson or Fonda Watson - - - - - -- - - - - - - - °f Dallas, Texas - - - - - - - its true and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance eSkCludrng ~Ko ~eve~, an bonds or underiakin s - - - - - - (s ~ D~D 000 00 -) Dollars. Y ( 1 gl ) guaranteeing the payment of notes and in e'res tNereon- And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact. `°pa~I ASU~" N WITNESS WHEREOF, the undersi ned officer of the said West American ``~t ........ Aj'• 9 ''~°`PPCBy ~~f; Insurance Company has hereunto subscribed his name~and affixed the Corporate Seal of [he = ~_= said West American Insurance Com an this ~ r, _ of =_•-:z.1923 o'a- P Y ~3th'L`d~~~~%G - r ary ~ l9 88. sTArE of oHlo, l ~/ Asst. Secretary COUNTY OF BUTLER J SS. on this 8th day of February A. D. is 88 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Thomi~~s ~ Hf lc~eb>nand Asst. S~cretaar~r _of WEST AMERICAN INSURANCE COMPANY, to 'me persona y nown to e t e mdividua and o icer esc (bed in, and who executed the preceding instrument, and he acknow- ledged the execution of the same. and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. o`°0tru\\tIItubp'a Seal at the CitSof H~m~tonHStaEe of OhioVehe daun~od seear fYrsh abovendvraei~ed my Official • DWI %., / _° r ~ » lx = (signed) G(/k/ sg~~`?,^.~Paima°`g Notary Public in and f~ ounty o Butlerf~hio ~r/N41W111W` My Commission ex ~ s ...December. 25,. 1.991. This power of attorney is granted under and by authority of Article VI, Sec[ion 1 of the By-Laws of the Company, extracts from which read: ARTICLE VI SECTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a Secretary, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances. stipulations, undertakings or other instruments of surety-ship or guarantee, and pol- icies of insurance to be given in favor of an individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United States of America, or to anv other political sub- division. This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by [he directors of the Company on April 24, 1980. RESOLVED, That the signature of any officer of the Company authorized by Article VI, Section I, of the By-Laws to appoint attorneys in fact, the signature of the Secretary or any Assistan[ Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force'and effect as though manually affixed. CERTIFICATE ' I, the undersigned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 1 of the by-laws of the Company and the above Resolution_;pf -its; Board of Directors are true and correct copies and are in full force and effect on this date. ~`~°.~y .'~lt~a"~~~\"~ IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company th'is;~5--f~iiay or~{:q+~i;~.A. D., 19 ;d "a~M IIISUe"". ..yti .i CU/ ~~-_-- ~t .........'~4y°z - - J','pPPOBq',~n'' - - c e 4 ~" ~ / '_ =~'t~ 1923 o'.~'e= .~ ` ~'"" ~°""~~~" -t"~A>taiatant'Seoretary 5-4300-C B-e0 PAYMENT BOND STATE OF TEXAS 5 COUNTY, OF DENTON ~ KNOW ALL MEN BY THESE PRESENTS: That ATKINS BROTHERS EQUIPMENT COMPANY of th'e City of GRAND PRAIRIE County of DALLAS , and the State of TEXAS as Principal, and WEST AMERICAN INSURANCE COMPANY authorized under the laws of the State of Texas to act as Surety on bonds for principals, are held and firmly bound unto The City of Denton, Texas, in the penal sum of FTVF. HNNrRFr IXTY TWO THOUSAND, NINE HUNDRED NINm~SE1IF.D1 nun NniiBellars ($562,997.00 ~ for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written( contract with the City of Denton, dated the 5th day of ,T11flF 19, 90 , 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 supplyiny labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 56th Leyislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it .were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension--of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. ' IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this .5th day of June 19 90 ,,. . ATKINS,~BROS. EQUIPMENT COMPANY WEST AMERICAN INSURANCE. cnrvtpauv By Title ;Pr`esident. By xay wstson Title Att rnev-in- ,,Addiess`Atkins. Bros Eqpt Co, Inc.~Address: Watson A4ency?~,~!~i,~or-+ - a; 918 West Marshall 9401 LBJ Frwy., Ste-304 y Grand Prairie. TX_ .75051 Dallas. TX 75243 The name and address of the Resident Agent of Surety is: Ray Watson WATSpN-AGENCY: 9401 LBJ Frwy., Ste. 304, Dallas, TX .75243 Disclosure of Guaranty Fund Nonparticipation In the event the insurer is unable to fulfill its contractual obli- gation under this policy or contract or application or certifi- rate or evidence of coverage, the policyholder or ~ certificateholder is not protected by an insurance guaranty ~ fund or other solvency protection arrangement. ,; PB - 4 .CERTIFIED COPY OF POWER OF ATTORNEY WEST AMERICAN INSURANCE COMPANY ADMINISTflATIVE OFFICE, HAMILTON. OHIO NG. 369 ~IIQtq ~{1( ~Ptl bit (~hP9P ~CPSPUIS: That WEST AMERICAN INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 1 of the By-Laws of said Company, does hereby nominate, constitute and appoint: Ray Watson or Fonda Watson - - - - - -- - - - - - - - °f Dallas, Texas - - - - - - - its true and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as itCCs act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance e'kbfddlMn§~ttowDeve~, an bond sl or undertakin s - - - Is ~ 000 000 00 -) Dollars, Y ( g( ) guaranteeing the payment of notes and in e'res tHereon' And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. , The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact. •'awiiiy'' IN WITNESS WHEREOF, the undersi ned officer of the said West American .•".c ........,44.,,.., 9 ''~°~'oPP09q~',~. Insurance Company has hereunto subscribed his nametand affixed the Corporate Seal of the = '~ M;o; =»~~19z3 v;a said West American Insurance Company this ~~t _ of F r ary ~l tg S8. `:,, • ,,: STATE OF OHIO, l ' ASSt. $eCretdry COUNTY OF BUTLER f SS. on this 8th day of February A. D. is 88 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Thom~~s W. Hilc~eb~and Asst. S~cretddr~ of WEST AMERICAN INSURANCE COMPANY. to me persona v known to e t e mdividua and o Icer esc Ihed in. and who exerured the nrecertlnn Incrrumc,,, ~~a tie ,w.,..,.._ lodged the execution of the same, and being by me duly sworn deposeth and saith. that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. mm~mmp, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official `~o+e~gut ary~~2,~ Seal at the City of Hamilton, State of Ohio, the day and year first above written. +~ \~ / •1~ (signed) 1^ ° ~~F~;; :?'~.: om\~ Notary Public in and f~ ounty o Butler, State of Ohio ~4jrmumlwtty`NO My Commission ex ~ s ...December. 25,. 1991. This power of attorney is granted under and by authority of Article VI, Section 1 of the By-Laws of the Company, extracts from which read: ARTICLE VI SECTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a Secretary, or any Assistant Secretary shall be and is hereby vested with full power and authority to .appoint any one or more suitable persons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances. stipulations, undertakings or other instruments of surety-ship or guarantee, and pol- icies of insurance to be given in favor of an individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United States of America, or to env other political sub- division. This instrument is signed and sealed by facsimile as authorized by [he following Resolution adopted by the directors of [he Company on April 24, 1980. RESOLVED. That the signature of any officer of the Company authorized by Article VI. Section I, of the By-Laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATE I, the undersigned Assistant Secretary of West American Insurance Company, do hereby certify=ihat the foregoing power of attorney. Article VI.Section t of the by-laws of the Company and the above Resolution; of 'its>;Board'of Directors are true and correct copies and are in full force and effect on this date. ~°~~~== ~ .~ Wit' ~ %~ . ~ - ~ - ~„ i IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company thisJ~'~dayJo D., 18f~d /'s, _ c?;•O 9~; •.n - -~: 1923 v:a -, 3i'•. s ~,: Assisiant Searetary 5-4300-C 8-60 MAINTENANCE BOND THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENTON § That ATKINS.BROTHERS EQUIPMENT COMPANY as Principal, and WEST AMERICAN INSURANCE COMPANY a corporation authorized to do business in the state of Texas, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of FIFTY SIX THOUSAND, TWO HUNDRED NIN'1'Y NINE AND 70/100 ($ 56,299.70 ), the said sum being ten (108) percent of the total amount of the hereinafter mentioned contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, the principal has entered into a written contract with the said City of Denton to build and construct BID# 1104-1989 UTILITIES C.I.P., BRISTOL CT, WILSONWOOD ST., BRIGHTWOOD ST., LONGFELLOW ST., SKYLARK ST., SUN VALLEY ST_, VALLEY VIEW ST., SUNNYDALE ST., ORIOLE ST., BOB-O-LINK, HUMMJ:NG- BIRD ST., 6" WATERLINES 5 AUSTIN ST., ., ., & STELLA ST., 8" SANITARY SEWER LINES 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 incor- porated herein by reference and made a part hereof as though the same were written and set out in full herein; NOW, THEREFORE, if the Principal- shall well, truly, an faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (1) year from the date of acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited to, any settling, breaking, cracking or other ,; MB - 1 defective condition of any of the work or part thereof arising from improper excavation, backfilling, compacting or any other cause or condition, known or unknown, at any time during the period of this bond, which the city engineer, whose judgment shall be final and conclusive, determines to be the result of defective work, materials or labor; then this obligation shall" be void, otherwise to remain in full force and effect. In case the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work as determined herein, it is agreed that the City may do said work and supply such materials as necessary and charge the sum against the said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued 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. Provided, further, that if legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this instrument is executed in duplicate, each one of which shall be deemed an original, this the 5th day of June , A.D., 19~_. PRINCIPAL Attorney-in-fact ATKINS BROTHERS .EQUIPMENT"COMPANY Lr,,~vYS$e> d Qv _",~,.,~ . ., ~;~ Titl ~~*~~_ r - a Y t Mike Atkins, Presidents - ,a:. :. Y r " ~~ ~~ Disclosure of Guaranty Fund Nonparticipation In the event the insurer is unable to fulfill its contractual obli- gationunder this policy or contract or application or certifi- cate or evidence of coverage, the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement. NB - "2 CERTIFIED COPY OF POWER OF ATTORNEY WEST AMERICAN INSURANCE COMPANY ADMINISTpATIVE OFFICE, HAMILTON. OHIO No. 369 ~IIOW sa11~ A~PtI b~ (~hpBP ~TPSPYf2S: That WEST AMERICAN INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 1 of the By-Laws of said Company, does hereby nominate, constitute and appoint: Ray Watson or Fonda Watson - - - - - -- - - - - - - - of Dallas, Texas - - its true and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance e'kbftidrn~,~AowDeve~, any bond(s) or undertakin s - - - - - - - (s ~ 000 000 00 -) Dollars, g( ) guaranteeing the payment of notes and in e'rest tfiereon• And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. Tne authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact. •p,,,.w,mn e„ •,pcaw. ~~sugeN, IN WITNESS WHEREOF, the undersigned officer of the said West American ~~:~"oPPeg4 ~'`~`-: Insurance Company has hereunto subscribed his name~,and affixed the Corporate Seal of the =~i ^'`~°' said West American Insurance Com an this $ _~ _ Isz3 0l9` p y th ~ .- of F~ar~ ~ le 88. .,u,,,,,,n° ..... -. .................... . STATE OF OHIO, ! ASSt. $eCretary COUNTY OF BUTLER } SS. on this 8th day of February A. D. is 88 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, cams Thomai~s W. Hil~eb~and Asst. S~cretaar~r of WEST AMERICAN INSURANCE COMPANY. to me persona y known to e t e tndividua and o Icer esc Ibed in, and who executed the preceding instrument, and he acknow- ledged the execution of the same, and heing by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and_that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. d`+~Wu~at~+~~ Seal at the City of Hem ItoynHS taEe of OhioVehe daunand 5eear frsh above tyraeined my Official 8 a0: ,....... Y Y e k \~f* = (signed) 1 ~q•.......'a ~~5 Notary Public in and f~ ounty oo Butlel~hio ~°tt"u1m111m1~`°~" My Commission expl s ...December. 25t_ 1991.. This power of attorney is granted under and 6y authority of Article VI, Section 1 of the By-Laws of the Company, extracts from which read: ARTICLE VI SECTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a Secretary, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds. recognizances, stipulations, undertakings or other instruments of surety-ship or guarantee, and pol- icies of insurance to be given in favor of an individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United Stales of America, or to any other political sub- division. This instrument is signed and sealed by facsimile as authorized by [he following .Resolution adopted 6y the directors of the. Company on April 24, 1980. _ RESOLVED, That the signature of any officer of the Company authorized by Article VI, Section I, of the By-Laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power Of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATE I, the undersigned Assistant Secretary of West American Insurance Company, do herebyacertify;: thatgthe foregoing power of attorney, Article VI Section 1 of the by-laws of the Company and the above Resoluiio`n~f itseBOard;of~Directors are true, and correct copies and are in full force and effect on this date. ~ ~~. ~ /,_~.? ~_,%~. -rt " ' ,- IN WITNESS WHEREOF, I have .hereunto set my hand and the seal of the Company thls:5,~~^^dayo[~}~~~j~`~`-~'~~ D., 199D .W; Peoq ~~~; ~~i0 g1'~.o3 - _- w';°: ! ; :,... ,; ' E :j_? 1923 0!<_ /-/~~~-~~7~~"+.% :>'. - ,'~+; """"""'"~ Aaiafant Secretary 5-4300-C 880 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/oc 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 worth reiterating that: o Thirty (30) days advance written notice of material orange or cancellation shall be given; o The City of Denton shall be an additional named insured 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 Eor 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 prococe the Contractor against all claims for injuries to meml,~r:; of the public and damage to property of others arisir~y 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 subcon'tr'actors. 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 $500,000.00. INSURANCE SUMMARY: The Contract shall provide insurance to cover operating Hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice oE. that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. r~ CI - 2 (;I tY u UtN 1Up .June 13 F ~'R N r d Addrsss of Agency City of Denton References ;; t~~aa ~F ,Tanv~•z;.,r' "-"°' `'•~ ~iG ~' ' Boley-Featherston Insurance " ProJeet Naret 1989 CIP Utilities ' ~~ P . 0 . Drawer 10 ! Sewer - = - - i;,~,,;,,;, Pro act NotW J a9 ~ ~~ 6 ~ „°, <( ~ 9~~ i11189R > 2 1 4 +,,r4 . ~`' Wichita Falls. TX 7(9B6~3 (817)723-7111 - :e; a 3 - ProJeet locetlonr'+ Denton, Texas '~~`~"'~~ . ~,~,". . ~ ... . `' .. a,{w',$; ~:. Mane in tt 9 9 ~P _--..__--..______________~--_---_-_._-_------~--~ ~ ~ .}C.i Name and Address of Insureds Conpanles A(fordlnp Coverages .~;'~~F?' ;', *.;~~d Atkins .Brothers Equipment Co. A BITUMINOUS CASUALTY CORP. •"'"""> ~~' ~~ 918 W. Marshall 9 -, .tea k ;~4; rr•;. Grand Prairie, TX Phone (214) 647-889 0C "~! a.. ~•~,'=; _ ~y;~ This is M artily that policies of Insurance Ilsted belw hew been Issued end en In foroe at this time. t~` ~ i i~' `~%`4~~ `. ~ :an+peny ~ ~ E><piratlon Limits of Uebilily ~~ r`te'' , -ester ~~• ~~• ----r-T of Insurance ~' -- - Pol lc Number ~ Oate in Tliousends (UW) -~ a .. .~ '. ~ k,;... ' ~ ~~~~ Camprehenalw General Llablllfy ~ j ~ i Occurrettce A X Occurrence ~ ) Cl l M d ( /2 CLP206034 5-30_ a dll InJur t} +~~+`~u t 1' ~ 'S'-~; ms -reverse - e a e see i o y y; ,3~ . • sib f3_ Broad Form to Includes ~ - ~ ~ Property Oenbge f :',y~,t •~•a - Premises/Operations ~ r~•..-. t t t " `' y.'~.5 x Independen Con ree oro , ~Y• i~~ x Products/Conpleted Operations } flodlly InJury end Property ~ "k ~g;,a; x Persoisel InJury Oemege Crnbinad ~ = 1 , 000;` '•~'+• x Contrectuel Liability (see AI-reverse) ! ~ ~ ~~~ x E><plosim and Col lapse Hezerd I ~ 2 000 ' ~~. ' xUndergroundHezerd Aggregate, , , "~"` x Uquor Lleblli~ Coverage + ! ~ - ? ' ` x Fire legal Lleb Illy (see tl-reverse) i ~~ , ~ + - Droed Form Property Damage ~' "` r' i."' x - Professional Errors/Omissions - -~--- --`-- ~i ~'~i ----- -- ~ ' dt ~~:' . -occurrence „ `I !.' , F i h~ '~ ' +~~ ~'~ ;t~ ~ - elelnss made (see i2-reverse) ~ ~ . ! ,... .. CC,~orttp,prehenslvs Autarobl le ~ i Doll ly InJury/Person i:11 S •~ ?~ ,, ,~. ~~;~; Liablllty Bodily InJury/Accident ------------------- ---- ii f ----. -~__ ~+': =~:F A at Owned/leased Automobiles A P 17 6 3 2 4 9 5- 3 0- ~ ~ T Property Damage f 't'~' :~n ~ Non-owned Automobl las ~ ~ Hired Autanobl lee ~ - ---- '-------- --------- Bodily InJury/Property -- -' '?' „`' '*~4; Damage Combined ~ S 750 '~^ ' ~"' ~;,. ~; ~ m ~..- ~- Morken' Conpensetian and - Will be i Sued Stetutory~Amount -" ~ ~~ ~ • ~~ ~~ blllf ' Ll F l C ' t ~ ~' e y .tsp oyers Direct b _o . -- each eccidonY ~; + ,1 ~y ~ ' 1 1• ! 1 F1 !/Fir. Other' I nsuranos k '" ".5. 1511 i r ~ ~~ A _ Umbrella Liability 'UP1781354 5-30- +~~ 1 $2,000 ,,;;~ .,,.r, • ,~_i - gj - ,r lMseriptlon of Operotlons/Lowtlons/Vehicles. The Clty of Denton is an additional insured~•es Its Interest may ~ 'j. y,„~ appear es de}Ined on the reverse side. - r ;I ?'. ~'~ Jill provide 30 days written notice prior to cancellation or~~material change. :3; +.,, ,r ~~ Nema and address of Certifleale Holder. CITY OF DENTON, TEX/LS I fI1RCFIASING AGENT 'n)I-B TEXAS ST. !lENTON, TEXAS 76201 1451 + . %~5~s: }~".~ T~. SEE ,BALANCE OF WNUITIONS 011 PAGE CI-A AI IACt1E0. .""!'.:;,ti: CI - 3 ,i 4_,,i.. i ,'` ~ - ~.~ ; ~:.;~, . i +i n ;~'... ;;, . ~.mre"' Holey-Featherston,-Insurance I Bituminous Id1HGE€' tiU. .1665.; :;: F C] Drawer 10 EFFEGT]VE ,:. .,,~ I`. -------_E1FiRA1iUN Wichita Falls, TX I BATE TIME ; ~ .I ,E DATE '"~•~- 76307-7513 .----------------I----------. _ , :,.., ~ i 01 IX] ""' '' AM. X PHCNE 817-723-7111 106/15/90. 12:01 ~. [ 1 Ft",I 07/15/90. t ] NCON~';` --- rCGE SUG-DUDE I----- -------- --------------------- `-= = ` 1421-3231 [ ] THIS SifiCE^ IS ISSUEd ?0 -- ----- -------- ------ 1 -- ~. , :`;iEt,p COVERAGE itt THE A6UVE h'A"Ed ~y --- ----------- ----- -~_----_ r~,rArv F'ER "trtl: rii PCl c , rfr MG ~ ' u ,EC DE5;,F.IFTiC'I OF CFEFATfUNSlVEH Cit of D t T tf t°rrRCFERTY !i'd:LL'G;Ri =i,I:Ai[CN) r`!," y en on, exas Re: 1989 CIP Utili ties Contractor: Atkins B; ' i Pur-chasing Agent X]wner/Contractors 1901 B T .. l • Protective ' ~•a:.•.;:; exas Street ;,.:>., I Denton, TX `; ; :- 76201 t<UPEF.AGtS t -___ --- ---------- ---- _ i---- i'Y( U~ [ ~'' . '- ' ALL L[AETLiTY cItl' ° '. TiwwHildS ___, ,. : 1171JI ., :ICL !:ia .I tr,i,ri:., , t7i:f~13 ~ F " ni1!lUf•li i)!::., I I_Lt INS.: rIFI, ., L ~ l CACSE U'~LC ~ ~.. SS [ ] bASI i i GRUaU C i SPECIAL! ~ ~ ;+h ,~, ~ ~~~ i'+~;~'tii; .[7 ,:-, [ I ~., _. i,! I'^/ Y' fl I i Cl)J 1. I { y' 6["~-P_ AIiGF.EGAiE .£ 500 ' '°~`~. r , ] f t"n[r iAL .N r,A~ ~lAD:.iT'i , . ~ ~ ] r ] cLAIns NADE I>a GGr ' r r[„ ~ s ~-dr, G ~ ,,~, ~ . _y : . IX1 Cn'4[r CCNTRACTGr' S ,r D i1_ u AC,1u ih L I '£ ~ t, . . . FRDTECii'JE yCH CCCUR4EHt;E '' ' £500 ;; 4 FIRE DAMAGE ' . -_ tAir" Ot,E FIR ~" 'r Ei ,.. ii atirU n ~ rCS i~ni11S i.nG[: t y ;iLD f)F iAiJ1' C:lE PE ;;,) ' I' ----- -- - - -- ,F , - --- ~~ut ~ni_1~1 I c~ i ' A'I VEHICL:5 i SihECL.ED 9EHiC~ES -- -- --------- P '+ C+' , ] IiAEilii'i it n 1Ut t U6 dED ," " ~. ~RSi ACf.r. £ ''~ ~ , a ' ., , 1 1 u , , ., ' ~ [ ]GARAGE ..';:^;:: LIEU. FAY > ^ I 1 .~,.;, Fir ' Uii ~ ; ' ~ ~.; ------- ( (t'I' :_ I I,~ , I i- i I '.2iiti 3Ui l , A L aHICLES i ] SCri;d:;LEd 7t'hllLEs" ~ ---- - ---- - ; ~ ' f 1 FCl L,Si0~ d[d: r L r u:;;~ uii=- Ai"CULT . GTC DED: i CThER _-- - --- -- - - '- -- -- -- f - ------ -- _,'r .. ~• l ~ rb 7 1> b y ' nrr+ 'EL r 1hSUmED , i r•F ' uA C~ , , UuCU".F.ENCE ASeFEt,ATE RETENTION ' ; . i GTtiEF, iHAh LhMEEE~LA FC°i. F~iFC dA?E FCr^. CcAir;S rADE: , ~ ~;'. " 'J I f..f=', Vnll,r:.ll-::~,C11tll. !.Ef t '.hl. •'' 1fiCl ,. ~.. , r..~ni3 :. _ . - i ~ ~,, i ~ ~ D , . ~~ IcY Llntn ;: . -. ' . , , , .-----------------'---------------- -- ------- -- ~ , (CL,,.,IS_ uiCH Et1FL0YEE);w ~ - ' L _ - ---------~-------------- 5.,~... rn ~rnn c ~ - ~ , u[^ CCIsFACES rc6.r+L : ti:...._'i,./ncSiEl:iiOF,S/Ci.,..t ---------- F3~!;. ~: 4. J' ~. '~' : {,:'. .h;j, ^ l ~ i c ,'.'. t NAME 6 AGGREs"S ' ' ~~~''{ ] MCRIGAGEE I ] ADCiTi0tlAL .I,ti~".ED [ iiJr^,IIiA1;EE i i n "'J:i:Ei~niL IiiSuEEd ' ~~SE FaoEE i ; ] ~a5s PAYEE i ~ i °~ ` o N call ~;~t- ihrs hinder is a temporary insurance centraft, subject to the ionditiclr,s shown. I ! i:Ctidl?IONS; This Comcany binds tire N,r,d(s) of insurance stipuiated on this form. This insurance is suhject to .Ile Terns ~ ~`"! ~ndrFr m and Iraita+rons of the p,lr r e , In link a ~; ~rni , Tn brnder may be I-ar e, td by the In Ise' r u ^r=I ,' r,ns , le ten i _ • - +le ~ _,, 'u i l hen ' wan el at in urli be e(f4 'r~re. Inr b r'e, br ar al r~ `; „p,n' 5~~ i,~.r~e u ~ ~ ndr-lun h- i _' { " , , y t Fo in;ur - „ "., r ~tl flee ' p f . y, , ~..er s ar _ , Ir n r_;,~a rd ~! „ ~ T !,r r , ,f ` .:. ,~~pla~ .. ,., ; a , ~, .h= Ct.~pany , entltied to charge a premium ~I ~Ie 5:idel Ln'd,n~ ". the r,t,es anJ Ra. s - , C'am an _ _ ,; p I AUirl%[i~D ~::F~;SENTA?iVE :_AI;URD_ 75-5 __{2/88)_________________ ~., _.t ..cn ~ i r i ui ~ e ur 1 M:>UttAM.2 CITY OF DENTg1 Noma end Address of Agsney City of Damon Referenws Bolev-Featherston Insurance Project Name: P. 0. Drawer 10 Project No: Wichita Falls. 1'X 76307 Phone(817) 723- 7111 Project Location: "' Managing Dept: ~ •" Ne:n end Address of Insured: Companies Affording Coverage: ~~ ~~--~-'-- Atkins Brothers Equipment Co i A Bltu C l ' '''°`'~T~ _ m non c arna ty ( Oro 918 W. Marshall B Grand Prairie, TX 75051 Phona(214) 647-8890 ~ This is fo mortify tfiet policies of insurance listed below hew been issued and aro in force-at Mls time.'i,.'=~• en Le~ttery T of Insurance Expiration Llmlts of Liebill Polie Number Dat =;,. ,, "I ^~`~ ~-••~~ e In Thousands (000 Camprelrnsive 6ensrsl Liability A -xOceurrenca LP2060349 -30-91 Occurrence - Claims Made (see /2-reverse) ~- -- Bodily Injury = - ~^.< t Broad Form to includes -xPremises/Operations property Damage s xlndependant Contrxtors ~Produets/Completed Operations ~~ -xPersonel inj Bodily injury and Property .~,'."" ury xContrxtual Liability (see il-reverse) Danega Canbi ned : 1,000,~~. ;' xExplosion and Collapse"Hazard ' XUnderground Hazard ~ ~ ~ -. ; -xLiquor Liabilitiyy Coverage , :".I -xFire Legal Liability (see i;-reverse) -~Broed Form Property Damega ~ -`' - Professional Errors/Qnissions ~ ~ .~- ~ ?a- - occurrence - claims made (see !2-reverse) . , ., "a,:,'_„'. , _~"a~~.+:; Ca:prehensive Autanoblle Liability Bodily Injury/Person f_ ' ~ A AP1763249 -30-91 Bodily Injury/Accident _ s ; ~ Owned/Leased Automobiles Non-owned Automobiles _ _ Property Damage.------ _ _ f -- -- x Hired Autc:nobiles ~ _ Bodily Injury/Property -_ -----_--j . ~ Demegs Canbined S -750,' -~. - Mockers' Canpensation and ill be iss d direc Statutory M:oant , Employers Liability - by Carrier f , . ~ ' each accident i A OMer Insurance ~ '~'~~ - EXCESS LIABILITY _ Umbrella Form UP1781354 -30-91 $2,000, ~~~'"' Dsaeriptian of Operatlons/Loeetlons/Vehfeles. Ths City of Denton is an additional insured as its interest may ;,?; appear as dsffned on the reverse side. ~ ,... n;:~ ; Noma end sddrass of Ceri•Ificate Holder. ' CITY OF DENTON, TEXAS S11tCHAS I N6 AGENT 901-0 TEXAS ST. DENTON, TEXAS 76201 00451 Mav 41. 1990 ~ ~~ ~~~SUED r .~. 'raL SEE BALANCE OF CONDITIONS ON PAGE CI-4 ATTACHED.`~~'• CI - ; ` CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation,. the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. 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 required by the governing contract. 2. 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. 3. 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. r CI - 4 `,,. ;,, NOTICE ', ~i.•1~ ~?~~ PLEASE NOTICE CHANGES IN USUAL CITY OF DENTON '~:- SPECIFICATIONS, PAGE SC-6, SAFETY RECORD AND SUPPORT SYSTEMS INSPECTOR. '~ I 1 ,. ~ ~; ' ;~.:, "?i ;~;, ',~, `:r • .F; S( h- !~ ,t ,~11 1 /-<-: ~,P~; -. C'j't ~' Af t: ., ~ - ~:~. a, ::`;;~, BID # 7 1 04 " ._ __ _ 1 ~;. ` i ~~r3;t`^ PROPOSAL 'ir+. X15 4 THE CITY OF DENTON, TEXAS ;•, , ;,,. ~,., • .. i,: ;r."s' FOR THE CONSTRUCTION OF , ,I,.`t ,yl e #w,. ~ ;'~ :, is 1989 UTILITIES C.I.P. .~ ii ~`~~' ~3 ,a_, IN .n. 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 collusion with , ~<<~''- an other Y 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 -~~'~Y=~: the locations, conditions, and classes of materials of the ~'"` proposed work and agrees that he will provide all the necessary :`,rye' labor, machinery, tools, apparatus, and other items incidental , 7 ; ! to construction, and will do all the work and furnish all the . 1~"` ` materials called for in the contract and specifications in the :>-U:} 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: ; ; ,y ~.;_;±s; ~ ' it is agreed that the quantities of work to be done at unit :; t. . 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 o~ 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. -,~w P - 1 .;.;._ ~a: riID#.;...1104 a.; , . Accompanyinq'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. .„x. . ~•; 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 proposals. 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 wit: ,. - -, ~:'~. _ . 1989 Utilities C.I.P. ~ ~ WORR _ _, DAYS 90 ~ +.n. Base Bi d (Water) BID NO. 1104 PO NO. BID TABULATION SH EET ~ ~ ~, ~ ' ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE `k~2~,- TOTAL (Contractor's warranties I I ,~ '= 1.21 land Understandings I I LS I I $ cc r~(~~ f /LS I . 1 ~~~ I $ ~y ~/ I c .• ~ 2.12.8-B (Cast Iron Fittings I I I 500 I LB I I $ a / ' /LB ~, I I $ SOO ~' ~' 2.12.20 16' PVC Water Line I I I I 11 800 I LF I i $ ~7 ~~/LF I $ ?GO~~•': 2.13 16' Gate Valve I I 1 I 36 I EA I I $ 3 ~ ~/EA I :c«, I $ /1 o~.;y;. '~ '' 2.14 (Fire Hydrant I I I I 26 I EA I I $ CO ~,~87 ~/EA ~ I ~~ I $ 3G• O(oa`~'~iy 2.16 (Water Service I I I 260 I EA I I $ _ °~ ,~$~ /EA r ~, l I ~% I $ ,/v 1 i I f ~ 'k, 3-A - (Remove Concrete Pavement I 60 I SY i $ cx: l /SY I m ~;~`.1 I $ 3~u0 "'` 3-B I (Remove Curb and Gutter I I I I 90 I LF I I $ ~ 7 /LP I ~ :'; I $ t' ~~ • 5.7-B (Asphalt Patch (Type D) I I I 1 200 i I TON I $ ~3c,/TON I ~ I $ O7/v~•:~.;-; 5.8 16' Concrete Pavement I I I 60 I I SY I $ y ~ /SY ' _ i $ l yyo ~~"' (Barricades, warning Signs I I I - ' 't 8.1 land Detours << I ~,p ~,_ I 8.2-A (Concrete Cutb and Gutter I I 90 I I LF I $ oa ~ 7 ~/LF I _ o~.,;,•. I $ ~ 5.30 8.2-B I I Intre9el curb I I I 53 I I LF I $ cc // '~/LF I ~=°s,` I $ 5 ~3 `"r I I I I ,, 8.3 16• Concrete Driveway I I 3 I SY I $ ~/ ~~/SY I $ ~„7 ~ w`• SP-2 i Concrete Saw Cut I I I 330 I I LF I $ ~~ ~ ~ /LF I oo `.~" '~<:?'~ I $ 3,30 ,'~ I I I I I ~` " ' SP-10 IROCk Excavation _ ~~~ _ _ 11' ; co SP-37 I (Excavation Protecti On I I I 1,180 I I LF I $ e_ ~, /LF I O ~ ,~~. I $ ~ ~5~.._x;, SP-39 1 IProiect Signs I I i 4 I I EA I $ _ ~g~ • /EA I ' U I $ ~~.~/ ~"' SP-40 I (Abandon Water Line I I I 11 I I EA I $ ~. 39y /EA I ~/ ono ; I $ ~~ 33J ~.'s~' I I I I I I I I I `ci- I I I I I I I I ,'°:':f I I I I ti`,_ I I I I I "` I I '1 I TOTAL: 13~/`~~ /9~c ~ I P - 3 1989 Utilities C.I.P. Base Bid (Sewet) r WORK DAYS BID N0. PO NO. BID TABULATION SHEET 21 Contractor's Warranties ITY ~;, I I I I ~ ~u I 2.12.14-A16' PVC Sanitary Sewer Pipel 400 I LP I $ I ~ /LF I $ / ~OD• I I I i ' PVC c 3-A (Remove Concrete Pavement I 28 I SY i $ / ~~ /SY I $ ~~~ oy - I I I I _ -~~. I a 5.8 i 6' Concrete Pavement I 28 I I SY I I $ ~~, SY I I $ ~o ~..~. 0 r'~. ~.'"~: 7.6-A I I 14' Concrete Manhole I 6 I EA I I $ / a y~/ 3 %EA I $ ~;~, ~ (,~ ~"4r I ~ r 7.6-B I Drop Manhole I 2 I EA I $ ~ 73~ /EA I $ ~ y~~ ~:'": I t , ,,, 7.6-C _ _ (Rebuild Existing Manhole I 2 i ~EA I I $ ~_ ~ sS~ /EA I I $ co ~ ~~( ~^~~~ (Barricades, warning Signs I I I > I y u i;' 8.1 land Detours I I LS I $ n [ /5~~~ /LS I $ ~, ~ ~j y ~``' SP-2 I I (Concrete Saw Cut I 120 I I LF I I $ ~~, 3 /LF I I $ m,~;t.. 3~.0~ (Break into I I I I ': `~ SP-6 (Existing Manhole I 1 I EA I $ q~.; ~~/ /EA I $ o, I ~~19 "`~'~ SP-8 I I (Abandon Manhole I 5 I EA I $ Cn ~~/~ /EA I $ ~ ~i~ / "730• "'~ I I .~~~. I ~ -` Customer A I d,. I $ ~~ ~~ /EA $ _ a°., , ~ c~ ~~. ..; I •, I Go ; EA I _O 3 I $ ~~0~/.rY/EA I I $ _~7 L~ / ~' ~ ' I r_ I ~ EA _ M1~ I $ ~35 U /EA II $ ~ f ,~3a• o: r.F I 4 SC. - /cF I ~ 7 ~/~~0~ • I I I I I ~ I I I I TOTAL: I$ ~•~JO~ ~~ t P - 4 %r 35 1104 d,;;; •. r' ai.i?': ':~~`. TOTAL m ~.:~ p ~: 77 , ,~ tr.'` BID SUMMARY SHEET 1988 C.I.P. UTILITIES Project Work Days 1. Base Bid (water) Bristol Court Water Line Wilsonwood Street Water Line Brightwood Water Line Longfellow Water Line Skylark Water Line Sun Valley Water Line Valleyview Water Line Sunnydale Water Line Oriole Water Line Bob-O-Link Water Line Hummingbird Water Line TOTAL 2. Base Bid (Sewer) Austin Sanitary Sewer Foxcroft Sanitary Sewer Avenue C Sanitary Sewer Stella Sanitary Sewer TOTAL 3. TOTAL BID tilll~ 11U4 ;,.,r. ~, ~', t;.. :.., -;:, ; ,r ~~-nr ;•: Total Bid Price `•r ~*~~; Rs;: _;. ~.: . J '~a _(;. ";.r ,~t ~ ` :Yj. ~~~( is - "~t''.ti L 90 ~ ~~~.7 ~ .~, '.° ro 35 $ ~,~~~ 4; U J, C ) `/ . J to ,.;L % `7 NOTE: The thirty-five work days for the sanitary sewer phase of this project are not in addition to the ninety days for the water lines. The work days for water and sewer will begin at the same time. _ B - 1 ^~ • ~' ,; S2 . ~C ~'r :; . ~s ~Y~, ~~~` *. ;{ r ;;..,. ;; 3m. r,.P; ',•~.. .:. <s,. ;,a.. << 4 y'I~ )~i .~. %.; ^, <m+'b; t t,~ - - n ,, ~ rilU~. 11U4 ~ ~ r.. ,~ i . BID. SUMMARY ' t ~ __ _ ' f ; ,j . TOTAL' BID PRICE IN WORDS ,,~~Q, ~„ '~~~~ _~~~ '' a /4-1~ -~ ~n ill ~YIM-~2 ~ 1.1 ~•u1 n D~ /r ~ .. ~c~,.a~ _ /e~-2 L~ e.v~- ;'In`the event of the-award of a contract`to the undersigned, the .,undersigned will furnish a performance' bond and , a payment bond, for the full amount of the contract, to 'secure proper compliance with the terms and provisions of they 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 thee-(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:i the'~plans and specifications, to ,the satisfaction of the'. Engineer. .~~ ••.,: j' The 'undersigned certifies that the bid prices contained in this proposal have been carefully checked, and are,~submitted .as= correct and final. -- . ,, ~`*~~ i ` Unit and lump-sum prices as shown for each item;: listed in this pr,oposal,'shall control over extensions. '' r~ Aw`~ CONTRACTOR . `< ,~~> ~ ~T (~'~ ` ~ i ~ ~ ~a *n ~.. r t. ~~ ~ i i ~ . a,' '3e„~~ Q l'i ~ 7J h~ 0~ ~ I !i>~~~ ; , . . ~~~. St eet Address n . i u , ~ , H ~' w I ~~ ~ ~ , I 1 A . ~ ~ S ` C t ~ e `` S ' ,r~y'`M i y a Stat I t ~dg r u I ` e#~ Seal b Authorization ~ ~ °~~ 1~ ~~ s~ ~kkj ,,~k ~(If a Cor oration) p any-~ vi-~siy , ;~ ,;, ~~+` _~~, ~ ' ~ Telephone ~ _~~ ~'r rt`' .. I , i ~ ~ ~ I ~ f ~ ~{y y~ ~3 r 1 . V~ t , - ;. 1 , ~ - • ~ , ' } .J : ,. ,, i r . ~.;.-,'- ry1:1.~~ ely~~n West American Insurance Company 1JE NorM Thnd Shur, Hemilron, Ohio Ifi01fi BID OR PROPOSAL BOND KNOW ALL MEN BY TF}ESE PRESENTS, That we, ATKINS BROS. EQUIPMENT CO., INC. (hereinafter called the Principal) as Principal, and WEST AMERICAN INSURANCE COMPANY, a corporation organized under tl~e laws of the State of California, with its principal office in the City of Fullerton, California (hereinafter called the Surety) and licensed to do business in the State of Texas as Surety, are held and firmly bound unto CITY OF DENTON (hereinafter called the Obligee) in the penal sum of FIVE PERCENT OF TEIE GREATEST AMOUNT BID. Dollars ($5~ G.A.B. ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns. THE CONDITION OF THIS OBLIGATION IS SU(~}, that whereas, the Principal }gas submitted the accompanying bid, dated Diay 8, 19 9p , for Water & Sanitary ,Sewer Improvements - Bristol Ct. NOW, T1lEREFORE; if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract wit}T said Obligee in accordance with the terms of said bid and give bond for the fait}iful performance thereof within the time specified; or if too time is specified within thirty days after the date of said award; ur ii the Principal shall, in the case of failure to do so, itxuetmiify t}ie Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise to remain in full Force and virtue. Signed, Sealed and Dated this 8th day 19 90 , 5-137-Rev. ATKINS BROS. EQUIPMENT CO., INC. (~ Principal BY ~~~ "' ~1 WEST ~ 'CAN I 1S RANCE COMPANY By Ray W t n Attorney-i.n-Fact f CERTIFIED COPY OF POWER OF ATTORNEY REST- A11iERICAN INSURANCE CODiPANY AOMINISTAATIVE OFFICE, HAMILTON. OHIO No. 369 ~Cnutn (111 919en by U~he~r ~IYPSen19: That WEST AMERICAN INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 1 of the By-Laws of said Company„does hereby nominate, constitute and appoint: Ray Watson or Fonda Watson - - - - - -- - - - - - - - of Dallas, Texas - - its true and lawful agent and attorney -in-fact. to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all BONDS. UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance eYcL'fddrng ~F6wDALer, any bond(sj or undertaken s - - - - - (S ~ 04D DDS DD -) Dollars. 9( ) guaranteeing the payment of notes and in e'res [Hereon' And the execution of such bonds or undertakings in pursuance of these presents, shall he as binding upon said Company, as fully and amply, to all intents and purposes, as if [hey had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in [hair own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(s)-in-fact. -~!`~~MFO tlq~p`„= IN WITNESS WHEREOF, the undersigned officer of the said West American =.,4P Aq •...r, Insurance Company has hereunto subscribed his name,and affixed the Corporate Seal of the ~ ~: -:z M;°= said West American Insurance Company th~g of W:--1923 o!a'- th- F r ary.~,19 88. e.'.. I ~ ~j \ ~ // STATE OF OHIO, l %. Asst. Secretary COUNTY OF BUTLER f SS. on this 8th day of February A. D. is 88 berore the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified. cams Thoma~~s ~ Hi lc~eb~ar~d Asst. S~cre~ar~t of WEST AMERICAN INSURANCE COMPANY. to me persona y nown to e t e ndlvidua and o Icer esc (bed In, and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. `\a,ounmurrrr~ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official oo+vy!!t rtgyfOi,~ Seal at the City of Hamilton. State of Ohio, the day and year first above written. ~~V%i-• ' (signed) ~~i~•'.. r;. ~'o+`~ Notary Public in and fdi ounty o Butler, State of Ohio 2Pp t~lm• ~• . asrwmro~ My Commission expf' es ...December. 25,. 1.991,. This power of attorney is granted under and by authority of Article VI, Section 1 of the By-Laws of the Company, extracts from which read: ARTICLE VI SECTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a Secretary, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys in fact for the purpose of signing the name of the Corporation as surety or guarantor, and to execute, attach the corporate seal. acknowledge and deliver any and all bonds. recognizances. stipulations, undertakings or other instruments of surety-ship or guarantee, and pol- icies of insurance to be given in favor of an individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United States of America, or to anv other political sub- division. This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on April 24. 1980. RESOLVED, That the signature of any officer of the Company authorized by Article VI, Section 1, of the By-Laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be ammed by facsimile [o any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATE , I, the undersigned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 1 of the by-laws of the Company and the above Resolution of its Board of Directors are true andcorrect copies and are in full force and effect on this date. pp L.~~~ IN WITNESS WHEREOF, 1 have hereunto se[ my hand and the seal of the Company thisp~ day of 4t"1~ "~A. D., 19~U - 1923 ot~_ ~ /_ [ W e 'lG4l~l~~ :7r ~- ~'` 4n~I(1IIt~\~p"~~t` '^ma:m~n"• Aseletent Searotery 5-4300-C 8-90 CO. May 15, 1990 City of Denton Attn: Mr. Dave Salmon 215 East McKinney llenton, TX 76201 RE: 1989 CIP Utilities Dear Mr. Salmon: TKINS I certify that Mike Atkins is a competent person as defined in the Federal Register, Part II, 29 CFR 1926, Occupational Safety and Health Standards - Excavations; Final Rule, and he will perform the duties and responsibilities of this position on the City of Denton Contract 1989 CIP Utilities. Thank you, ~~~ Bob Loper Estimator BL/sh .f QZP~ 6~llr! I ~_ TARY~ STATE OF~~~~~ J COUNTY OF---Q~~~ 918 West 1Marsdall - Grand Prairie,7exas 75051 - 214/li4 TKINS May 15, 1990 City of Denton Attn: Mr. Dave Salmon 215 East A1cKinney Denton, TX 76201 RE: 1989 CIP Utilities Dear Mr. Salmon: In compliance with special provision S-3 SAFETY RECORD, we have had no record with OSHA for the past three (3) years. This means that we have had no serious violations or willful violations against our safety record. Thank you, ~~ ~~~~ Bob Loper Estimator BL/sh ~ ~/ COUNTY OP---~/~~~~~ NOTARY STATE OF~S`~~~p a , ~; ~ J r 918 Wes! Marshall - Grand Prairie,7exas 75051 - 214/647-8890 ~,