Loading...
1985-0230923L NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improve- ments in accordance with the procedures of state law and City ordinanes, 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, and WHEREAS, Section 2 36 (f) of that the city Council approve $3,000, and the Code of Ordinances requires all expenditures of more than WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, 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 Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9399 R L Roberts Construction $189,876 85 SECTION II That the acceptance and approval of the above competititve bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorzied to excecute 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, quantitites and specified sums contained therein PAGE 1 SECTION IV That upon acceptance and approval of bids and the execution of contracts for improvements as authorized herein, the authorizes the expenditure of funds in amount as specified in such approved contracts executed pursuant thereto SECTION V the above competitive the public works and City Council hereby the manner and in the bids and authorized That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 5+K day of February, 1985 ATTEST 4 CITY OF DENT N, TEXAS APPROVED AS TO LEGAL FORM JOE D MORRIS, ACTING CITY ATTORNEY CITY OF DENTON, TEXAS BY CfYVa PAGE 2 N C') rp rr H n m c Cr a r m x. v co W s O i0 3 y co Z CL * m m cD b n m N H 3 n ° z a 0 z n H co ro ~ m m m `F z 20 N N C-) O ~ m C CD A m C O yr C-) v C') c0 l0 CD ? .~Cf N Gnr C A C~ 2' Z m V V G7 O V $ cn O O O N N m Z m -a O C X ~ n3ccn m m V N ~ ~ W ~ O n z z co CD (D < A ~o C Z mr t +f l ° 2 A ' g V 00 O Ln C N N C D v Oo m m W° W co m g m W ~7 O O O C m 2 d O .p C m 2 g _ r CONTRACT AGREE~,IENT STATE OF TEXAS COUNTY OF Denton ) ( THIS AGREEMENT, made and entered into this 7 day of February _ A.D., 19 85, by and between City of Denton, Texas of the County of Denton and State of Texas, acting through G. Chris Hartung thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and R.L. Roberts Construction, Inc. P.O. Box 375 of the City of Sange- County of and state of Texas 76266 Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OLvNER) to commence and complete the construction of certain improvements described as follows: BID #9399 Purchase Order ;66967 - Paving Improvements on East Prairie and Robertson Streets and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the 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 to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b 7-371 / aritt..n. explanatory matter thereof, and the Specifications therefore, as c prepared by Jerry Clark City Engineer City of Denton , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay. the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ///gyp 7 All R.L. Roberts Construction, Inc. Party of the Second Part, CONTRACTOR B ~~t~~~ ~vad% Title (SEAL) APPROVED AS TO FORM: ty Attorney CA-2 0044b U.S. Department of Housing and Urban Development CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned, duly authorized and acting legal representative of follows: Muo-1323.!-- 12-e61 the do hereby certify as I have examined the attached contract(s) and surety bonds and the manner of el:cutlon thereof, and I am o, tine opinion that each of the aforesaid agreements has been duly executed by the proper partles.thereto acting through their duly authorized representatives: that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements consti- tute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Date: CO-1 u.,Dt.niaEnt Of A.0 U.K.. Ukvr~QP.EnT COMMUNITY DEYF.LG: NT BLOCK CRANT PROGPAr CONTRACTOP'.' 'ERTIFICATION CONCERNING LABOR STANDA. ;ND PREVAILING WAGE REQUIREMENTS - ' To rare.ar•er~ x,niplrrr,: Februar 7 1985 Denton, Texas . r. - G. Chris Hartung " E °t4Piatr'iea ft8b rH8FM§Pts 1. The undersigned, having executed a contract with City of Denton, Texas for the c::.- fiction of the above-identified project, acknowledges that: (a) The Labor Standards provisions are included E.. T aforesaid contract; (b) Correction of any infractions of the doresa iE .tions, including infractions by any of his subcontractors and any Icram ti., ..bC.nt'.cI.rs' L. his 2. He s."IHer thae (a) Neither he nor •try firm, partnership or assoaat!r, in which he has substantial interest is designated as an ineligible contactor by the Comptroller G<ne r.. the United Stales pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (79 C)iB, Pa::. or pursuant to Section 3(2) of the Davis-Bacon Act, as amended (60 U.J.C. 276.-2(a)), (b) No part of the aforementioned contract has been ..r will be subcontracted to any subcontract., it such sub- contractor or any firm, corporation, partnership zssociation in which such sub.ontractor has r substantial Interest is designated as an ineligible contract- .'u n.ant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the a fa,e..nt.ont-`. !ecipient within ten days after the execution of anysubcontract, including those executed by his subcontractors and u-:; lower tier subcontractor, a Subcmt,actot's Certi(icatmn Coneeming Labor Standards and Prevailing Wage Rec-iirements executed by the subcontractors. d. He [."ilia. Cher. - (a) Th. legal ram, red t6r bu.ineu add.... of the unEsra;nrd are: - R.Lr. Roberts Construction, Inc. Pr O, Box 375, Sanger Texas 76266 1 r: nl ♦ 9Mee[ rroewlero wsPlw I I . eoweo".Tro. o1r.a..zeo 1,1 T.t sr•TC or 1.1 0l PO" .PG.,IIZ.TIOX IZI ♦ a.laTM [n3F1I (e) Th. ram., Gd• and adrh,,, of the o-ner, ponnvs .ice.. of the and nr laved a,e: R.L. Roberts President Same Geneva Roberts Sec./Tres. Same Nuo-lln U-751 U.f. DEPARTMENT OE 'CVPNC 1N0 VaBAN DEVELOPMENT COMMUNITY DeYeLOPMENT BLOCK GRANT PROGRAM SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (.1 pp, ep/iau N•nPaoU: OAT[ '-o'CCT NVYe PN016T NAnt 3. The undersigned, havint executed • ,,hu.ct with mrrvuv/ Rr e<mvR Uap aurae uc/a the amount of S in the construction of the abao -identified project, Certifies that: (a) The Labor Standards Ptovisions of The Contract For Consrrvc[ion are included in the aforesaid convect. (b) Noitner be not any firm, Corpora uon, partnership or ass OCiaUm in which he has a subauntial int erezf is designated as an ineligible contractor by the Comptml let GartersI of the United States pursuant to Section 5.6(b) of the Retuiatims of the Secretary of Labor. Pan 5 129 CYR, Pon S), or pursuant to Section 3(a) of the Cavis- Bacon Act, as amended 00 U.S.C. 276.-2(o)). (C) ?lo part of the afa•etnenuoned contract has been or will be auCCantta Cted to any suoeuntraccor if such subcontractor ar any firm, corporation, partnership or associaum in which such suoeontractoi has a substantial interest is desitnatea as an inelitiole contractor pursuant to the aforesaid ieg'ularory or statutory ptonsdons. 2. he agrees to obtain and twwotd to the cmmctor, for transmittal to the recipient, wimin ten days otter ine raccution of any lower subcontract, a Subcontractor's Certification Concerning Labor Standaras and Ptevailint Wage R"ui,L_ me:nis, executed by the lower tier sumaninuctor, in duplicate. (a) The wurkmen will report for auty an at 3. He Certifies rho: - (a) The legal n... and the buai nesa adarna of the undatigned err. (b) The und.r»gn rd ia: 111 A a1NCL[Pnonwt[TOnsNtP: 111 ACOPPORATION OROAMIZKO I" 114C $7ATK 01' t31 APARTN[naNl P: I{I OTNCrt ORa Ah'ZAT.0. In<!</Id<) (e) The m.ua, title and address RI the R.nw, parmrn or eifcrra of the unavaignrd via: NnY[ TIYL[ AOUR[ss huV-lap} le-))) C-11 (d) Th n•~.. end .ddr..... .1.11 .ihw vw.on 6e,h n .w.l anJ <.r.enb, h..i.g / eulu..ti•1 uuw..t In the undwilpwd, end th. mture .l th. Y•YC ♦OOI.C 1. M.TVYC.O/ iY Ti Y[1T (e) TM .twee, eddcefe.• oad Uede cl.•eilieptl..e of ell ethw building cbnetmoina c.ntnclen in .filch the uold.reip.4 has e cubft.ntiel intaeel en .u. r, ce e..uh .AbC I ADO. CIS Tw4O4 CL•SUPIC•TIOY (Sa1...wew1 BT (5:p•c•r.l (Typed 9..e ad Tidc) WARNING U.S. C.ISIa.I C.d.. S.eO.. 1010. Tilt. IS, U.1G. pr..ld•e N pare ""a"w..... sake., posse.. vnw., of v.bli.hw .aT •luaewa, kn..{n{ lb. arn. t. b. 1.1....... ah.11 b. ❑..e •W men N.n 73.000 er Ispd.med at ..r. M. I.. Tory .e bath" C- C-12 COMMUNITY DEVELOPMENT BOOK OMB CIRCULAR A-102. GRANT REGULATIONS ATTACHMENT B BONDING AND INSURANCE REQUIREMENTS A state or local unit of government receiving a grant from the Federal government which requires contracting for construction or facility improvement shall follow its own requirements relating to bid guarantees, performance bonds, and payment bonds, except for contracts or subcontracts exceeding $100,000. For contracts or subcontracts exceeding $100,000, the Federal agency may accept the bonding policy and requirements of the grantee provided the Federal agency has made a determination that the Government's interest is adequately protected. If such a determination has not been made, the minimum requirements shall be as follows: a. A bid guarantee from each bidder equivalent to five percent of the bidbi.d price. The "bid guarantee" shall consist of a .firm con¢nitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his/her bid, execute such contractual documents as may be required within the time specified. b.. A perfo rnance bond on the part o= the contractor for, 100 percent of the contract price. A "performance ond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. y c. A payment bond on the. p, art of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract. PB-1 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON ) KNOW ALL MEN BY THESE PRESENTS: That R.L.ROBERTS CONSTRUCTION, INC. of the City of SANGER County of DENTON and State of TEXAS as PRINCIPAL, and SECURITY NATIONAL INSURANCE COMPANY as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON TEXAS as OWNER, in the penal sum of Qna Hundred igblv-Nine Thousand Eight Hundred Seventy-Six and 85/1D81lars ($189,876.85 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 7tii day of FEBRUARY , 19 85, for the construction of Rrn aozgg PiiRruAgF 0RDER #66967 - PAVING IMPROVEMENTS ON EAST PRAIRIE AND ROBERTSON STREETS which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according. to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that. no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14th day of FeSruary , 19 85, R.L.ROBERTS CONSTRUCTION INC Principal By ^ - C l/U✓✓ R.L. Roberts SECURITY NATIONAL INSURANCE COMPANY Surety RA~.,DALL L. MINNIS Title President Address Sanger, Texas P.O. Box 375 (SEAL) Title AGENT & ATTORNEY- IN- FACT Address DALLAS, TEXAS The name and address of the Resident Agent of Surety is: RAMEY,KING & MINNIS INSURANCE 707 FIRST STATE BANK BUILDLNG DENTON TEXAS 76201 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF pFNTON KNOW ALL MEN BY THESE PRESENTS: That R. L. ROBERTS CONSTRUCTION INC. of the City of SANGER County of DENTON and State of _ SECURITY NATIONAL INSURANCE COMPANY TEXAS , as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF DENTON, TEXAS , OWNER, in the penal sum of One Hundred Eighty-Nine Thousand -Fight Hundred Seventy Six and 89/100--- Dollars 189,876.85 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 7~h day of Fehrnary 1985 for construction of Bid 99399 Purchase Order 966967 - Paving Improvements on East prairie and Robertson Streets to which contract is hereby referred to and made a part hereof, as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITTINESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14th day of February 19 85 R. L. ROBERTS CONSTRUCTION,INC Principal By /t . R.L. Roberts SECURITY NATIONAL INSURANCE CO. ~rettyy RANDAL~L L. MINNIS Title president Address P.O. Box 375 Sanger, Texas 76266 (SEAL) Title AGENT AND ATTORNEY-TN-FACT Address DALLAS, TEXAS The name and address of the Resident Agent of Surety is: _RAMEY,KING F, MTNNIS INSURANCE 707 FIRST STATE BAN[ BUILDING DENTON TEXAS 76201 PB-4 0092b t-JAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: THAT R.L.ROBERTS CONSTRUCTION INC. as Principal, and SECURITY NATIONAL INSURANCE M 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 Ei httgen ibousand Nine Hundred Eiqhty-Seven and 69/100 Dollars 1A_gA7 rq 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said R. L. ROBERTS CONSTRUCTION, INC. has this day entered into a written contract with the said City of Denton to build and construct Bid #9399 Purchase Order #66967 - Pavine improvements on East Prairie and Robertson Streets which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b agreement to maintain period of one (1) ye, shall be null and vc force and effect. NOW, THEREFORE, if the said Contractor shall perform its said construction and keep same in repair for the maintenance r, as herein and said contract provided, then these presents d and have no further effect; otherwise, to remain in full It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said R. L. ROBERTS CONSTRUCTION, INC. as Contractor and Principal, has caused these presents to be executed by R. L. ROBERTS and the said SECURITY NATIONAL INSURANCE COMPANY as surety, has caused these presents to be executed by its Attorney-in-Fact RANDALL L. MINNIS and the said Attorney-in-Fact has hereunto set his hand this 14thday of FEBRUARY 1985 . SURETY: PRINCIPAL: SECURI' NATIONAL INSURANCE CO. R.L.ROBERTS CONSTRUCTION CO. BY: • _G~ ;mil c~v RANDALL L. MINNIS Attorney-in-Fact MB-2 0093b TheTirinity 7VCompanies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III OR RANDALL L. MINNIS - DENTON, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby, in amounts or penalties not exceeding the sort of ONE MILLION AND N01100 Dollars 1,000,000 EXCEPT NO AUTHORITY IS GRANTED FOR 1. Bid or proposal bonds where estimated contract price exceeds the amount stated herein. 2. Open Penalty bonds. 3. Bonds where Attorney(s)-in-Pact, appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 15th day of 1972. _ JUDITH E. coax. SECRETARY A~I. YL R T f ~O AUTHORITY FOR POWER OF ATTORNEY) That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the foliowing is a true, full, and complete copy: "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons "residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each 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 surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fact and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and ore hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove cuthorized." CERTIFICATION OF POWER ATTORNEY I, Juidth E. Fagan, Corp. Secretary 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 are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation this 41d day of ,6,4 1 LVL 19 0 mums '011i nummty 'pSµ IFS a =.~:"n„y -6::-o'~ o o ?r - S> ✓UDITH E. FAGAN, CORP. SECRETARY SEasts :SEAL:;- .,:SEAL`::. ~inniumn ~mnnnM REV 31-e2 CITY OF ULN'fON NSURANCE MINIMU l REI~UIRrMEN'iS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: TYPE OF COVERAGE LIMITS OF LIABILITY I. WORKMEN'S COMPENSATION STATUfO&Y II. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $l,000,000 Each occurance Aggregate Property Damage $100,000 Each accident III. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 $1,000,1000 Each person Each accident Property Damage $100,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with the following limits: BODILY INJURY PROPERTY DAMAGE $300,000 each person $100,000 each accident $30U,000 each accident $i,000,OUO aggregate Covering the work to be performed by toe Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Uenton for its approval. Insurance must ve accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. ti0399C CERTIFICATE OF INSURANCE t10-IS TO CERTIFY that the following policies, subject to their, terms, condibuns and exclusions. have been issued br coiaoarty or companies shown below: T'raS CERTIFICATc OF INSURANCE neither affirmativeiv or ne3atively amends, "mrids or alters the cuverulee afforded b" r- v or policies shown below, nor is it an endursement making the person, tlrm or corporation at whusc request it is issued ar all insured on the policy or policies referred to herein. In the event of any matenal change in or canecilatlun of the policy or policies, the company or companies wiiT mail ten ( i0 s' written notice to the patty to whom this certificate is addressed. A=E AND AOOAESS OF PARTY TO VVMCM CCATiFICATE IS ISSUED II GATE: REMARKS; City of Denton Bid 0 9399 901-B Texas St. Denton, TX 76201 ;tit: John J. uarshall, C.?. I. Purchaslag Agent 60 .+:.u AuunE_,i OF li116UAEij: TYbe of Ir,mtrartea Pbtkv raa~ i I Erteabve Eaoiratiort Number cats Cate LIMITS OF LIABILITY' 'NommM'l CJrnaenSban $btutOrv i Will I Ermolovere Liability I Emolov eri Liaodity L,mts-31 C6,001 CJmarellaRSlye I I eaally Injury General Liability 0 S -_io t Cc_urr cs I i Aggregate P*a . S & Camoletea CCe crrat Praoerry Damage IS c3cm CCLfrence is Cgfeaate C Cer3ttart is Aggregate 'rotecr:ve IS Aggregate Gnrrac:u _ggregate rroaucrs I S & Camaleteo Ccerat Comorenerutve I 3catly Imury Automobile Liabiliry S 5 ?rrsan Is cacti e~ rrrncr I Procerry Damage is Eaen Cc =rrer," I i I I i as at anv aonracriate entry maam, na sz.,= imurand is in farce. all awnea, nan awnea or mires venic:ei C T- 9 BID # 9399 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of East Prairie Pavin Im rovements an Robertson Street Paving Improvements IN DENTON 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 any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. P - 1 It is understood and agreed that the work is to be completed in the specified schedule: 1) East Prairie - 35 work days 2) Robertson Street - 60 work days Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a..payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. 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: P - 2 N BID # 9399 PO# WORK DAYS 35 EAST PRAIRIE PAVING IMPROVEMENTS BID TABULATION SHEET Item Description 100 Preparation of Right-of-Way 104-A Remove Concrete Pavement 104-B Remove Curb and Gutter 260 Trevira Subgrade 340B Type D Asphalt Patch 360 6" Concrete Pavement 432 4" Concrete Riprap 479 Adjust Existing Manhole 520 Integral Curb 524-A Concrete Driveway S P-2 Sawcut L. S. 14 s. Y. 350 L. F. 1353 S.Y. 10 TONS 1360 S.Y. 10 S.Y. 1 Ea. 300 L.F. 23 S.Y. 6 L. F. Unit Price $ /S.Y. $ ~c /L.F. $ Z-'-4-/S.Y. $ /TON $ i~jc/S.Y. $ ~ccv/S.Y. $ scn.6p /Ea. $ -J.vn /L.F. $ LZee /S.Y. $ 124° /L.F. Bid Total Addendum Received Alternate Bid - Asphalt/Concrete Combined Ext Total $/1,$cc. ac $ f'k o. o0 $J' SG!'.. o C.' $ 1 z 32.x! $ bce.ce $ 3c-n. c $ Src.e $ ian . cn $ &2 i. n $ 7. ze Items 100, 104A, 104B, 340-B, 432, 479 and SP-2 Remain the Same $1,62V?, 20 FROM ABOVE 260 Trevira Subgrade 1300 S . Y. 5- S . Y. $ ? i4 S cc 340A1 4 1/2" Type G Asphalt 625 S.Y. 9,~ o /S.Y. $ 3 7, Se 340A2 1 1/2" Type D Asphalt 625 S.Y. /S, Y. $ Z cvn,co 360 6" Concrete Pavement 676 S.Y. J0 /S,Y, $ fe 520 Integral Curb 208 L.F. 7oC /L,F. $ 96.e0 522 Concrete Curb and Gutter 112 L.F. 6.ev /L.F. $ 72, CO 524-A Concrete Driveway & Radius 39 S.Y. .27,vo /S.Y. $ ALTERNATE TOTAL Bid Quantity P-3a BID # 9399 PO # WORK DAYS b ROBERTSON STREET PAVING IMPROVEMENTS BID TABULATION SHEET Item Description Bid Quantity Unit Price Ext Total 100 Preparation of Right-of-Way 104-A Remove Concrete (Pavement) 104-B Remove Concrete (Curb & Gutter) 104-C Remove Concrete (Driveway&Sidewalk) 110 Unclassified Excavation 132 Compacted Fill 260 6" Lime Treatment of Subgrade 264 Type A Hydrated Lime (Slurry) 340-A1 3 1/2" Asphalt (Type G) 340-A2 1 1/2" Asphalt (Type D) 340-B 2" Asphalt (Type D) 421 Class A Concrete 432 Class B Concrete (Rip-Rap) 440 Reinforcing Steel 460 24" Steel Casing & Bore 465-A 15" RCP 465-B 18" RCP 465-C 24" RCP 470-A Manhole & Cover (4' I.D.) 470-B 10' Curb Inlet 471 Inlet Frame & Cover 479 Adjust M.H. 522 Concrete Curb & Gutter 524-A1 Driveway b" 524-A2 Concrete Pavement 6" (Flatwork) 524-B Sidewalk 4" (Continous) SP-2 Saw Cut kddendum Received LS 55.00 SY 570.00 LF 35.00 SY 1,150.00 CY 710.00 CY 5,260.00 SY 48.00 T 4,360.00 SY 4,360.00 SY 15.00 T 1.00 CY 40.00 SY 40.00 LB 20.00 LF 70.00 LF 70.00 LF 18.00 LF 1.00 EA 2.00 EA 2.00 EA 1.00 EA 2,170.00 LF 380.00 SY 65.00 SY 310.00 SY 100.00 LF G,Sco. GO /LS 40. oo /SY a oc /LF -c. Gc /SY 6 Sc /CY y.vo /CY mo /SY 9 cn /T 4,. S'7 /SY 2.>a /SY //-O.'?o /T zGC. Gc /CY jc. aG /SY /LB i sc. cc /LF 22.CC /LF 24'.co /LF 3W-ce' /LF lco.oa /EA /,$ao.co /EA 35"a.oo /EA Snc.ca /EA ~..oc /LF 2 7• ec' / /SY Z2. !5-c> /SY /7. Z~')_ /SY 20 /LF TOTAL /~.StOn° 3, 3co.ne' 7c 0. G0 Z /C V-ely 7,g7S:cc Yv- y, 5L/6. cc OScn, o0 z°~ gs3.ac, /Z4 S~'z.on boo, oc Lyp, cc LGO.oa 3,oce~. cc 1, Szo. oe /Z.cc Zac.oc• 3,7oo. nc' Tan. oc, 5ce). co /3 C2 c. co ~V ZG.G.ov / 414: 2. fc P - 3B BID SUMMARY TOTAL BID PRICE IN WORDS e" JO2,1 L-,.. L-.e ~ ~ ev In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment.bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked,and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. CONTRACTOR BY w.~i % 1 y~ 5 7-Z Street/ Address City and State. Seal & Authorization (If a Corporation) f//;, Z7` S-✓ - J'/ y/' Telephone P - 4 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUN17,' INSTRUCTIONS ' This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The is 7lementing rules and re=ulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors. shall state as an initial part of the bid or negotiations of the contract whether it has pa icipated in 1 any previous contract or subcontract subject to the equal opportunity clause: and, if so, wheth:: it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under , - dlicable in- structions. such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER !include ZIP Code) Z. e, 75 Z . 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. E Yes C! No 2. Compliance reports were required to be filed in connection with such contract or subcontract. [ 'Yes C No 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100. C Yes ❑ No C None Required 4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? Yes No NAME AND TITLE OF SIGNER !Please wpel i SIGNATURE DATE Reobces Form HUD-1270.CD-7, wh¢n is Obsolete HU0-950.7 ill-78) C-1 SAMPLE CERTIFICATION OF BIDDER REGARDING SECTION 3 AND SEGREGATED FACILITIES R.L. Roberts Construction,Inc. Paving Improvements # 9399 Name of Prime Contractor Project Name & Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings (if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained. Name R_T._ Robert -P sid nt Name & Title o= Signer (Print or Type) A,e z Signature February 7, 1985 C-2 CONTRACTOR Section 3 Plan Format R.L. Roberts Construction,Inc. (name of contractor) agrees to implement the following specific affirmati:: action steps directed at increasing the utilization of lower income re_ dents and businesses within the City of nnnt nn A. To ascertain f:;m the locality's CDBG program official the exact boundaries of the Section 3 covered project area and where advantageous, seek the assistance of -.cal officials in preparing and implementing the affirmative action plan. B. To attempt to ~cruit from within the city the necessary number of lower income r=:Adents through: Local advertising media, signs placed at the propose: site for the project, and community organizations and public or priv:-.:e institutions operating within or serving the project area such as Sr-vice Employment and Redevelopment (SER), Opportunities Industrializat?on Center (OIC), Urban League, Concentrated Employment Program, Homet•.:n Plan, or the U.S. Employment Service. C. To maintain a . _st of all lower income area residents who have applied either on thei- own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. *D. To insert this Section 3 plan in all bid documents, and to require all bidders on subc.ntracts to submit a Section 3 affirmative action plan including utilization go..!.s and the specific steps planned to accomplish these goals. *E. To insure that subcontracts which are typically let on a negotiated rather than a bid basis in areas other than Section 3 covered project areas, are alsc let on a negotiated basis, whenever feasible, when let in a Section 3 covered project area. F. To formally contact unions, subcontractors and trade associations to secure their ccoperation for this program. G. To insure that all appropriate project area business concerns are notified of per-ling subcontractual opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which doc,.ment that all of the above affirmative action steps have been taker,. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this Section 3 plan. ;Loans, grants, contracts and subsidies for less than $10,000 will be exempt. C-3 J. To list on Table A, information related to subcontracts awarded for the three year period preceding date of this bid submission. K. To list on Table B, all projected workforce needs for all phases of this project by occupation, trade, skill level and number of positions. As officers and representatives of R.L. Roberts Construction, Inc. (Name of Contractor) We the undersigned have read and fully agree to this Affirmative Action Plan, and become a party to the full implementation of this program. Signature President Title g 7 Signature / 1 Sec./Tres. Title February 7, 1985 Date February 7, 1985 Date 1 C-4 _ r PROPOSED SUBCONTRACTS BREAKDOWN TABLE A FOR THE PERIOD COVERING 19 through (Duration of the CDBG-Assisted Project) 19 COLU:2; 1 I CCLL:C; 2 I COL'.^^: 3 I COLi:_: G CCLL-~O: E OF CO:ITZ>C (BUST NESS OF ?i.0- FES5I0`;) ?OT;.L NZ`!9_ER OF CON AC:5 ?OTAL A??30SL17z DOLLAR A.:=N-r EST1:1.Ti:O :Z:SE.? OF CONi7f7!S TO PROJECT Aeta SUSI\T_55?C+ . ESTL'_;= DCLIAR .:`:OL':;7 TO PROJECT .k.RE; ~;;SI::E55'S+ I *The Project Area is coextensive with the City of is boundaries. Company Project Name Project Number EEO Officer (Signature) Date TABLE B ESTL` kTro PFC.-Li wCti_ C: CZ BR~L~ CSO LLL:C: JO B CATECCRY TOTAL EST~ITE I ?CSiTiC::S C 3- ::0. 1 ?CSiIiG:;S ::0. POSi:if::S P ~ POSiCSS Ti I =;-LY CCC:;?iEO B° NOT CU.1._ -rv TO I FiT- CZRS/ RVTSCRS I 1 I 1 0 I PROFESSIONALS Trr r.ICI.'.:'S I HOUSI:;C. SALSS/ - RZ17 AL OFFICE CT.V•:r!,L I 2 I 2 0 0 SERVICE t;O=-RS orates 7-tun r J0URN-F! IN I 2 2 0 0 vrt nrnS I 2 2 0 0 A??RE1?ICES I 0 0 0 0 I TRA.IM==S 0 0 0 I 0 IOTHERS TR,knr. JOL?-%,r :Z!7 3 3 I 0 0 HELPERS 4 4 0 110 Apo?s+-iCZS :L.Xb :.^S NO. TRAI\-=5 ( 1 I 0 I 1 I 0 I 0 I 0 0 0 I OTHERS TRa7F, Laborers JM7-N--,.,r.• 6 6 I kEL?=RS I I I A??REN-1 CES Y.rLCL.^J`.: :.0. TRAISE=S I I O=RS toTAL 21 21 0 *Lower Income Project Area residents. Individuals residing within the City of whose family income does nor exceed 90%of the median income in R. L. Roberts Construction Inc CO:2,I`IY l r. 0 _ L U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY NAME OF PRIME CONTRACTOR INSTRUCTIONS PROJECT NUMBER This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-1_5). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the subcontractor has not filed a compliance report due under appli- cable instructions. such subcontractor shall be required to submit a compliance report before the owner approves the subcontract or permits work to begin under the subcontract. SUBCONTRACTOR'S CERTIFICATION NAME AND ADDRESS OF SUBCONTRACTOR !Include ZIP Cods) 1. Bidder has participated in a previous contract er subcontract subject to the Equal Ooportunity Clause. ❑ Yes ❑ No 2. Compliance reports were required to be filea in connection with such contract or subcontract. ❑ Yes ❑ No 3. Bidder has filed all compliance reports due under applicable instructions, including SF-110, ❑ Yes ❑ No n Nnne Have you ever been or are you being considered for Banc;ion due to violation of Executive Order 11246, as amended? ❑ Yes ❑ No NAME AND TITLE OF SIGNER 1PIesso rype) SIGNATURE eowces Farm HUD- 238.CD-2, wnich is Obsolete OA HUD-950.2 C-7 OF PROPOSED SUBC 3 AND SEGREGATE REGARDING Name of Sub Contractor Project Name & Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings(if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. Name & Title of Signer (Print or Type) Signature Date C-8 -o 0 0 0 u 0 no E i; LL E • • INSURANCE CERTIFICATE This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date shall first occur. This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies listed is subject to all the terms of such policies. NAME AND ADDRESS OF CERTIFICATE HOLDER IF THI5 CERTIFICATE 18, 1985 City of Denton' Denton, Texas 76201 Sherman, Texas Texas EMPLOYeRS InsURance AssoclaTlon Texas Em PLOYeRS LnoemnITY company EFTIPLOYeRS. casuaLT_Y company EMPLOYeRS NaTlonaL In SURance company EMPLOYeRS casuaLTY cORPORaTIOn NAME ADDRESS OF INSURED R.L. Roberts Construction, Inc. P.O. Box 375 Sanger, Texas 76266 v c 0 m 0 E o 0 z a 0 Em PLOVERS NaTlonaL In SURance cORPORaTIon EMPLOYeRS OF Texas LLOYD'S .L C1.. V ° V `s INSURANCE IN FORCE E i ti LIMITS OF LIABILITY NOT LESS THAN xp ra on pDate Eech Per Eoch Accldem Kind Policy Number for Employee) Par Pehry Proenien. or Oaa,re'ce Per Pollry Pr°.aiom P" r°Rq Or Aggregme STATE AND LOCATION OF OPERATIONS It 1 Coy. a e P r" Fully Complies With Requirements of u- -6 E art 98199 T. xas Workers' Compensation Low u a ° o Disease Only Disease Only STATE OF TEXAS s ci Coversge Part II An Renewal If Blank - Thereof Be. Heading $100,000 $100,000 $500,000 Item 2 Cove ge P t 1 Fully Complies With Requirements E ar of State Law ° 0 v Disease 0.1 Y Disease Only Y d Cover'ge E Part II And Renewal If Blank - 3 Thereof See Heading $100,000 $100,000 $500,000 Item 3 Bodily $ f f o v g Injury Products Only U ° of ' Property And Renewal If Blank - .S.A., ITS TERRITORIES OR POSSESSIONS AND CANADA O ^ D.M.E. Thereof See Heading X X X $ f from 4 Bodily f $ NW _ Injury Applicable U S A ITS TERRITORIES OR ' . . a o' o Property And Renewal 11 el'nk - POSSESSIONS AND CANADA Damage a Thereof See Heading X X X f Applicable Item 5 f f S And Renewal If Blank - Thereof See Heading f f $ Item 6 T f f f And Renew Blank - Thereof Head ing S $ $ REMARKS TECO 17993 (4-1 84) Or ISSUE DATE (MMIDDNY) . 2 / 14 / 8 5 0 PRODUCER P'RAMEY KING & M I NN I S INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS N R , t O IGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND 707 FIRST _STATE BANK BUILDING , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. _ DENTON, TEXAS 76201 COMPANIES AFFORDING COVERAGE COMPANY A - LETTER TRINITY UNIVERSAL INS. CO. COMPANY INSURED LETTER B R. L. ROBERTS CONSTRUCTION,INC. COMPANY C P.O. BOX 37S SANGER, TEXAS 76266 C OMPANY D LETTER COMPANY E - `r LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW H AVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF AN . Y CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE P . OLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS - EXCLUSIONS AND CONDI- TIONS OF SUCH POLICIES. , , CO ITS TYPE OF INSURANCE POLICY NUMBER POLICY EFRCTNE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS DATE (MMNDMY) DATE (MMMOffY) EACH OOCURREN AGGREGATE G ENERAL LIABILITY - - A X COMPREHENSIVE FORM - BODILY $ 300 $ x PREMISES/OPERATIONS G LA> 7.2 9 5 S 3 7 9/1/84 9/1/85 PROPERT EXPLOSIONUB COLLAPSE HAZARD Y DAMAGE $ 100 $ - X PRODUCTSICOMPLETED OPERATIONS - X CONTRACTUAL BI a COMBINED $ $ X INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE f PERSONAL INJURY _ PERSONAL INJURY $ - A UTOMOBILE LIABILITY MY - A X ANY ALTO (PER PRsan $ 300 X ALL OWNED AUTOS (PRN. PASS.) G LA 7 2 9 5 5 3 7 9/1/84 9 /l/,85 Ony X ALL OWNED AUTOS ( PRIV E PhSS~. ) - - (PER AIU~ND $11000 X HIRED AUTOS - X NON-OWNED AUTOS DRAMAS PROPERTY 100 GARAGE LIABILITY BI 8 COMBINED $ EXCESS LIABILITY UMBRELLA FORM CBI& PD OMBINED $ OTHER THAN UMBRELLA FORM , WORKERS' COMPENSATION - - STATUTORY AND $ (EACH ACCIDENT) EMPLOYERS' LIABILITY (DISEASE-POLICY LIMIT) $ (DISEASE-EACH EMPLOYEE) OTHER ..~a,nir n~rv yr urEmA nuNWLUIJA I IUNSNEHIGLESISPECIAL ITEMS CITY OF DENTON, TEXAS SHOULD ANY OF HE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- Denton TX 76201 PIRATI0 ;MTHEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL l U NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE AICH N071~E SHALL IMPOSE NO OBLIGATION OR LIABILITYPANY, RS AGENTS OR REPRESENTATIVES.