Loading...
HomeMy WebLinkAbout1996-182ORDINANCE 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 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 therein, 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 NUMBE CONTRACTOR AMOUNT 1926 M D HENRY COMPANY $181,338 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, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid 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 thaO—'-_ day of 1996 JACK ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY CONTRACT DOC DATE AUGUST 20, 1996 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1926 - JIM CHRISTAL ELECTRIC SUBSTATION PACKAGE RECOMMENDATION. We recommend this bid be awarded to the low bidder meeting specifications, M D Henry Company, Inc, at the total dollar amount of $181,338 00 SUMMARY. This bid is for all materials necessary to duplex the Jim Christal Substation Industrial and residential growth in this area of the City has created the need to expand this substation The lower bid of Clark Corporation did not meet the bonding and insurance requirements of the Bid The lower bid of Dis-Tran, Inc was higher after adding the additional items not included in their bid Notices were mailed to thirty-two (32) prospective vendors and bid responses were received from four (4) vendors BACKGROUND- Tabulation sheet, Memorandum from Ray Wells dated August 6, 1996 PROGRAMS, DEPARTMENTS OR GROUPS_AFFECTED. Electric Substation Department, Electric Utilities, and Citizens who are Electric Utility customers FISCAL. IMPACT. Budgeted funds for 1996 Electric Substations Account #611-0080-RR87- CDJC-9217 Respectfully submitted Ted Benavides City Manager Prepared by l��S✓Yw�) �a/Y-I�Op�Q Name Denise Harpool Title Senior Buyer Approved 0 Name Tom D Shaw, C P M Title Purchasing Agent 1926 age 96 CITY OF DENTON MUNICIPAL UTILITIES • 901-A TEXAS STREET DENTON TEXAS 76201 M E M O R A N D U M TO. TOM SHAW, PURCHASING MANAGER FROM Ray D Wells, Superintendent Electric Substations DATE: August 6, 1996 SUBJ BID EVALUATION NO. 1926 JIM CHRISTAL SUBSTATION PACKAGE Bids for the duplex of the Jim Christal substation were opened July 25, 1996 We had four vendors respond with bid proposals The low bid meeting our specifications and bid requirements is M D Henry Company, Inc , of Pelham, Alabama The amount submitted is $181,338 I request this be placed on the City Council agenda at your convenience Thank you RDW/js "Dedicated to Quality Service" R T CITY NTON LEGAL DEPT CONTRACT AGREEMENT STATE OF TEXAS $ COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 20 AUGUST A D., 1996 , by and between THE CITY OF DENTON day of of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and M. D. HENRY CO., INC. 120 CLARK STREET/P.O. BOX 40 PELHAM, ALABAMA 35124 of the City of DENTON , County of DENTON and State of TES . hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1926 - JIM CHRISTAL ELECTRIC SUBSTATION PACKAGE in the amount of $181,338.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by the City of Denton Electric Engineering Diva.sion all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: r (,( �l t/ �1,0 CITY OF DENTON ` OWNER �� are Bynn /,�C zg" e-< (SEAL) ATTEST: M. D. HENRY COMPANY, INC. P 0 Box 40 Clark Street Pelham, AL 35124 MAILING ADDRESS (205) 663-6711 PHONE NUMBER 205 663-6718 FAX NUM BY ITLE Presiden Patrick A Henry PRINTED NAME APPROVED AS TO FORM: (SEAL) �/u City Attorney AAA0184D Rev. 07/28/94 CA - 3 STATE OF TEXAS $ BOND No. 09-0120-49542-96-5 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That M. D. HENRY COMPANY, INC- , of the City of PELHAM County of SHELBY , and State of AIARAMA as PRINCIPAL, and FIDELITY AND GUARANTY INSURANCE COMPANY of BALTIMORE, MARYLAND 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 as OWNER, in the penal sum of ONE HUNDRED EIGHTY-ONE THOUSAND THREE HUNDRED THIRTY-EIGHT and 00/100 Dollars ($ 181,338.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 20 day of AUGUST 19 96 , for the construction of HID # 1926 - JIM CHRISTAL ELECTRIC SUBSTATION PACKAGE whimh contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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 20TH day of AUGUST , 19 96. M. D. HENRY COMPANY, INC. rincipal By e PATRICK A. HENRY Title PRESIDENT Address: P. O. BOX 40 I �I I �5 al it it Y'i \ � IZl1 i1 \:7 U Y Y•i I \ F.9U:71 �. (M ��:�; d I •JG� UY Surety .12t�4 /Zcz PATSY6AARRISH Title Attorney -in -Fact Address: P. 0. BOX 530350 PELHAM, AL 35124 BIRMINGHAM, (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: PCL CONTRACT BONDING AGENCY 206 ECM, SUITE 105, LEWISVILLE, TX 75057 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PB - 2 576997 FIDELITY AND GUARANTY INSURANCE COMPANY POWER OF ATTORNEY U S F+W NO. 79An IIS0IAICf KNOW ALL MEN BY THESE PRESENTS That FIDELITY AND GUARANTY INSURANCE COMPANY, a corponron organized and ewsuug under the laws of the State of Iowa and having its principal office at the City of Baltimore, to the State of Maryland does hereby constitute and appoint H. Carlton RU01=, Thomas A. Roberts and Patsy Parrish of the City of Bimfl Ingham Slate of Alabama its line and lawful Attonuy(s)-m-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal ad acknowledge any and all boada, undenalmngs, contracts ad other written instruments inthe nature thereofou behalfofthe Company to its business ofguwameerng the fidelity ofpersoas guaranteeing the performance ofcontracts and executing or guaranteeing bonds and undetakungs required or penmtted in any actions or proceedings allowed bylaw In Witness Whereof, the said FIDELITY AND GUARANTY INSURANCE COMPANY has caused this mstmment to be sealed with its corporate seal duly attested by the signatures of its Senor Vice President and Assistant Secretary, this 30thday of April AD 1993 FIDELITY AND GUARANTY INSURANCE COMPANY ���pr (Signed) By � • Seo nr Vice President (Signed) BY � � �_ 'Assistant Secretary STATE OF MAAYLAND) ' ` , SS BALTIMORE CITY �M1 � Onthis 30thdayof AY #rll AD 19 33, before me petmWly came Robert J Lamendola Semor VicePresidentofthe FIDELITANDGUARANTY� ANCE COMPANY and, Paul D S1tas Assistant Secretary of said Company, with both c whom I am peiaq quunted, who beiogyby me severally duly woo, suit that they the mud Robert J Lamendola and Paul D �is� s�p«,, N were respgctl5gly the Senior Vice President and the Assistant Secretary of the said FIDELITY AND GUARANTY INS �(v COMPANY, the,p�Qp�>}blon described m and:which executed the foregoing Power of Attorney, thin they each knew the mat of mind corporation, that the seWed to suit Pow $ I'�1`iT'amay war such corgobute sal thin it was so affixed by order of the Board of Directors of said corporation, and that they signed their cams thereto by line �oPdar as Senior Vice Pres�giit'aad Assistant Secretary respectively, of the Company My Commmsionexpimsthe llth dayin March ,y �{ AD 1995 f w.ury (Signed) h) �' 4Amx�' an 1 " NOTARY PUBLIC a�y This Power of Attorney is granted under t`104 abonty of the following Resolutions adopted by the Board of Direemrs of the FIDELITY AND GUARANTY INSURANCE COMPANY on September 24, 1992 RESOLVED that in connection with the fidelity and surety insurance hotness of the Company all bonds, undertakings, contracts and other mamments relating to mind business may be signed executed and acknowledged by persons or enures appointed as Attorneys) in -Fact pursuant to a Power of Attorney issued in accordance with these resolutions Sid Power(s) of Attorney for and on behalf of the Company may and shall be executed in the same "don behalf of the Cpmpauy either by the Chairman, or the President or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, Jointly with the Secretary or as Assistant Secretary, under their respective designations The signature of such officers may be engraved, printed or hthogrsphed The signatureof each of the foregoing officers and the seal of the Company may be affixed by fusunde to any Power of Attorney or to any certificate relating therein appointing Attomey(s)-xn Fact for purposes only of taunting and attesting bonds and undertakings and other writings obligatory in the nature thereof and, unless subsequently revoked and subject to any 13nutations nit forth thereto, any such Power of Attorney or certificate bearing such £asinine signature or fsesttmle anal shall be valid and binding upon the Company and soy such power an executed and certified by such facsimile sigomre and fusunile seat shall be valid and binding upon the Company with respect to any bond or undertalang to which it is validly attached RESOLVED, that Attomey(s)-in Fact shall have the power and authority, unless subsequently revoked and, in soy cam subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company many and all bonds and undertakings and other writings obligatory in the nature thereof, and any web instrument executed by such Atmmey(s)-in Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company 1, Paul D Sims , as Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE COMPANY do hereby certify that the foregoing is a true excerpt from the Resolution of the suit Company as adopted by its Board of Directors on September 24 1992 and that this Resolution is in full force and effect I the undersigned Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE COMPANY do hereby certify that the foregoing Power of Attorney is in full force mad effect and has not been revoked InTesumoay Whereof, I have hereunto set my band and the mat of tDE IT Y AND gUARANTY INSURANCB COMPANY on this 2 NTH day of AUGUST 19 96. V\ A i Assistant Secretary FS 83 (10.92) (HO) PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That M. D. HENRY COMPANY, INC. of the City of PELHAM County of SHELBY , and the State of AIJUU Ma as principal, and FIDELITY AND GUARANTY INSURANCE COMPANY of BALTIMORE, MARYLAND authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of ONE HUNDRED EIGHT -ONE THOUSAND THREE HUNDRED THI -UiGHT 00/100 e ars ,Ai,-iiA_nn ) 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 20 day of AUGUST 19 96 . BID # 1926 - JIM CHRISTAL ELECTRIC SUBSTATION PACKAGE to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they 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 any way 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 20TH day of AUGUST 19 96 M. D. HENRY COMPANY, INC. Principal By ATRICK A. HENRY Title PRESIDENT Address: P. 0. BOX 40 PELHAM, AL 35124 (SEAL) FIDELITY AND GUARANTY INSURANCE COMPANY Surety /2�;� �� �' PATSY ISH Title Attorney -in -Fact Address: P. O. BOX 530350 BIRMINGHAM, AL 35253 (SEAL) The name and address of the Resident Agent of Surety is: AAA0184D Rev. 07/28/94 PCL CONTRACT BONDING AGENCY 206 ELM, SUITE 105, LEWISVILLE, TX 75057 PB - 4 -IMOn FIDELITY AND GUARANTY INSURANCE COMPANY POWER OF ATTORNEY U S F+G` NO Haan WAAkct KNOW ALL MEN BY THESE PRESENTS That FIDELITY AND GUARANTY INSURANCE COMPANY, a corporation organtZed sod exrmng under the laws of the State of Iowa and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint H. Carlton Rushin, Thaws A. Roberts and Patsy Parrish of the City of Bimi nghain Stale of Alabaina its We and lawful AlWtray(s)-m-Fact, each in their separate capacity if more than one is named above, to sign its Dame in Dimly to, and to execute seat and aclmowledge my and all bonds, undertakings, contracts and other written instruments in the nature thereof On behalf of the Company in its business of guaranteeing the fidelity of persons guaranteeing the Performance of contracts and executing or guaranteeing bonds and undertakings required or pertained in any actions or proceedings allowed by law In Witness Whereof, the and FIDELITY AND GUARANTY INSURANCE COMPANY has =ad this instrument to be sealed with its corporate seal duly attested by the signatures of its Senior Via President and Assisted Seem", this 30tbday of April AD 1993 a1MD FIDELITY AND GUARANTY INSURANCE COMPANY (Signed) By.". l• ^ 1 Senior Vice Preudenl (Signed) By � J J� STATE OF MARYLAND) i t Assistant Secretary SS BALTIMORE CRY Onthis 30thdayof ADr11 AD 19-93',before mepemsongycam Robert J Lamendola Senior Vim President of the FIDELRT AND GUARANTY IN NCE COMPANY and? ` Paul D S iMs Assistant Secretary of said Company with both of whom I am Pon" Died, who bemg)ry me severally duly sw :,*, saki that they, the and Robert J Lamendola and Paul D�It s were respectk!nhy The Senor Vice Presided and the Assistant Secretary of the said FIDELITY AND GUARANTY INS MPANY the gq[poi8tt6`n described m and yliloN executed the foregoing Power of Attorney, that they Dinh knew the Deal of said corporation that the ce ad to mid Powe QqfS `KDtey was such cc said seal that it was so affixed by older of the Board of Directors of said corporation, and that they signed their names thereto by It, eSi alas Sector Vsce Pmsidpo4aud Assistant Secretary, respectively, of the Company My Connotation expires the llth day im�iQarCb A, AD 1995 NOTARY PUBLIC or This Power of Attorney is granted under and inonty, of the following Resolutions adopted by the Board of Directors of the FIDELITY AND GUARANTY INSURANCE COMPANY on September992 RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other rustrumeun relating to and business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resoldrons Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Cpmpany either by the Chairman, or the President or an Executive Vice President, or a Sector Vice PresidenL or a Vice President or an Assistant Vice President, jointly with the Secretary Oran Assistant Secretary under their respective desipauons The signature of such officers maybe engraved, printed or lithographed The signature cf each of the foregoing officers and the seat of the Company may be affixed by facsimle to my Power of Attorney or to any certificate relating thereto appointing Attomey(s}in Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and, unless subsequently revoked and subject to my Irmatauoas set forth thereto any such Power of Attorney or certificate bearing such facsimile signature or facsimile all shall be valid and binding upon the Company and any such power so executed and certified by such facsir ule signature and facsirmle seat shall be vend and binding upon the Company with respect to any bond or undeitalong to which it is validly attached RESOLVED, that ARomey(s)-m Fact shall have the power and authority, unless subsequently revoked and, in my case subject to the toona and hamtauons of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the mil of the Company to my and all bonds and undertakngs, and other writings obligatory in the nature thereof, and my such instrument executed by such Ateomey(s}m Fact shall be as binding upon the Company as if signed by an Executive Officer and waled and attested to by the Secretary, of the Company L Paul D Sims an Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE COMPANY do hereby certify that the foregoing is a true excerpt from the Resolution of the and Company as adopted by its Board of Directors on September 24 1992 and that this Resolution is in full force and effect. I, the undersigned Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked In Tommooy Whereof I have hereunto set my band and the seal of t E %A quAARANIY INSURANCE COMPANY on this z 0TH day of AUGUST l9 96. i Assistant Secretary FS 83 (10 92) (HO) MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That M. D. HENRY COMPANY, INC. as Principal, and FIDELITY AND GUARANTY 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 Eioc= TapusmD o m HUNDRED THIRTY-THRER and 80/100. Dollars ($ 18,133.80 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said M. D. HENRY COMPANY, INC. has this day entered into a written < of Denton to build and construct BID SUBSTATION PACKAGE ntract with the s 1926 - JIM CHRISTAL which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said M. D. HENRY COMPANY, INC. as Contractor and Principal, has caused these presents to be executed by PATRICK A. HENRY and the said FIDELITY AND GUARANTY INSURANCE COMPANY as surety, has caused these presents to be executed by its Attorney -in -Fact PATSY PARRISH and the said Attorney -in -Fact has hereunto set his hand this2OTH day of AUGUST 1 1996 SURETY: FIDELITY AND GUARANTY INSURANCE COMPANY BY • PATSY RXRRISH Attorney -in -Fact AAA0184D Rev. 07/28/94 MB - 2 PRINCIPAL: M. D. HENRY COMPANY, INC. BY:/�. PATRICK A. HENRY PRESIDENT 576987 FIDELITY AND GUARANTY INSURANCE COMPANY POWER OF ATTORNEY t U S F+Gil NO 7g4n IIS0RAIIRE KNOW ALL MEN BY THESE PRESENTS That FIDELITY AND GUARANTY INSURANCE COMPANY a corporation organized and existing under the laws of the Stale of Iowa and having its principal office at the City of Baltimore, in the State of Maryland does hereby constitute and appoint H. Carlton Rushm, Thwas A. Roberts and Patsy Parrish of the City of B3ztntnghatn . State of Alabalna its true and lawful Atmrney(s}m-Fact, each in their sepanue capacity if more than one is named above, to sign its name as surety to and to exawle, seal sad acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons, simmilteeing the perfomunce of wntrscts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law In Witness Whereof, the said FIDELITY AND GUARANTY INSURANCE COMPANY has caused this instrument to be sealed with its corporate seal duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 30tbday of APrll AD 1993 FIDELITY AND GUARANTY INSURANCE COMPANY is (signed) By ,...._. ... P� o k Senior Vice President (Signed) By '" .y Asststant Secretary STATE OF MARYLAND) y '- 55 BALTIMORE CITY ) a t,}y "t Y Onfhis 30thdayof p�>_l AD 19 93,before mepersomIlycame Robert J Lamendola Senior Via President of be FIDELIT AND GUARANeNCECOMPANYand�" Paul D Sims Assistant Secretary of said Company with both of whom I ern persnted, wha bewg6yme severslly duly swogr, said ibst they thesaid Robert J Lamendola and Paul DC,$.,were resp!f4yaTy the Senior Vice President and the Assistant Secretary of the Mid FIDELITY AND GUARANTY INSU)�s l�fvvB he i ordtion described in andrwbwh executed the foregoing Power of Attorney that they each knew the seal of stud corporation, that the Mabiffmted to mid Powegr 1Q1 y was such colpoml0 seal, that n was so affixed by order of the Board of Directors of stud corporation and that they signed their names thereto by like'b S as Senior Vice PretaQgSI and Assistant Secretary respectively of the Company My CommuMioo expires the llth d�ay�,/r �MarCh % '� A'D 1995 st a tglgDea) _ C �n NOTARY PUBLIC rm'o r� This Power of Attorney is granted under andihonty of the following Resolutions adopted by the Board of Directorsof the FIDELITY AND GUARANTY INSURANCE COMPANY on September 24 1992 RESOLVED, that in connection with the fidelity and surety msurwce business of the Company all bonds, undertakings. contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s) to Fact pursuant to a Power of Attorney issued to accordance with these resolutions Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the Dame and on behalf of the Cpmpany either by the Chairman, or the President or ao Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved printed or lithographed The signature of each of the foregoing officers and the seal of the Company may be aff ited by facsimile many Power of Attorney or to any conficate relalmg thereto appointing Attorneys) -in Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the mture thereof and, unless subsequently revoked and subject to soy 11nutWoos set forth therein, any such Power of Attorney or ceruficate bearing such facsimile slgnamrc or facsimile Mal shall be valid and binding upon the Company and any such power so executed and certified by web facsundc signature and facsimile seat shall be valid and broiling upon the Company with respect to any bond or undertaking to which it is validly attached RESOLVED, that AttomrAs}m Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the lama and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the Mal of the Company to any and all bonds and undertakings and other writings obligatory in the nature thereof, and any such instrument executed by such Atmmey(s) in Fact shall be as binding upon the Company as if signed by so Executive Officer and Maled and attested to by the Secretary of the Company I Paul D Sims , an Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE COMPANY do hereby certify that the foregoing is a true excerpt from the Resolution of the sad Company as; adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and off scL I the undersigned Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE COMPANY do hereby certify that the foregoiag Power of Attorney is to full force and offal and ban not been revoked In Testimony Whereof I have hereunto not my hand and the Mal of tDE ITY.AND�RANTY INSURANCE COMPANY notion 20TH say or AUGUST - 19 96. , 0 Assistant Secretary FS 83 (10.92) (HO) 09/00/96 08:29 0203 663 0718 X.D Henry Co 4% te._ g—OdL TMU 16:16 M131.1 3OP140M P. aim IM002 I BIRMINOIIAM MCORIPP, @EIBBLR AM WILLIAMB P.O. BOX 10288 BIRMIN011AN, AL 3020E-02eb M D Henry company inm P O Rant A10 PalAam AL 26124 ni1 1TPmommalmAM �- per wimew A I X ALaOmrulLL'wnin 92118701 dlllm� NR1� U M.Qm .arafr i m cowmAcw0v m A NX Awmn ALL new Aaron m AUrpt Ihffb AU= NOFM1wwn AUTO) ANY AUTO W&M-LA FORM c I m VflOnmllvw� o PIC RB Ama61mm CAD118701 1107 alaL ZY5300356 *Additional Insured en General Liability RD Job 80379 Providing Substation MotorlmIn LA YND RT01100 kiNOBMNITY _BCA YMRR COMP OEL► INB PIJND ITepwmvwm I mA"pommar", 11/01/08 11/Ot/as 11/01/O6J 11/01/9e a accUlwacs n-G tMr .. n e D mm (ABM nw Iarmw n MNM mMmA LOOT rM Y RAW s MraN MY Im"T r aamawi DWA , nwrng 1107/Ra 1/01/0] mACN 1/01/0B 1101127 ORW 1000000 m10Yia arY av TOO mAme aaoalmms aetmmm ma gANemLm Dualism em m"ma PAID 1NamfOm. THIS Rmima COMMAT aau. mi 1114"m To 1111111. NClty of Denton Texaa 20 wraMmnraM llnnamn mmewmiannalemi wAmWnllm Amv 4018 Texas Strost eurrAmumm m W&mime moms wauee em/eATm. ea waVh Union, Texas 78291 er AMW NOW wars *OR CaA!PA T, 10 Afflelli__QIt ammlOWAT1V61. tl FROM CITY 4gF DENTON FAX NO 1 18173837302 09-12-96 12134P P 02 08/11/90 10.80 0205 063 0718 H D Henry Co 19002 CQI'a—LL�41Q I . 11 1�i4' M iBdiY►A 3,. z1i. W^ a�o-F 911 r �a [ATF Ig resuao"""�: wT�en 8P nvref 1 I,. H 1RMINIHAM Tom C61171Q I Tle qATT���p�dH9 NOT AMt M, MITEip IdWRJPF. ggIBBLS AND WILLIAMS ALTDIRIGC0IQS AFPQIBI®NYTr6POLI6E88EL P O. BOX 1011116 FrOBD -n &1n RAO[ BIRMINGHAM. AL 35207-vu rnnnAeA Z4 Obi-Z9Z-8871 _ ___ _ __ _ _ �� A NORTHBROOK INDEASIItY cewa. M D "very coppoRy [no 8 P Q Bolt 40 CpPANv Pelham, AL 05124 C _ 1Y11eAYI Q I TNRIRT81OFRTMYTHATYNPM M111'la W4IRAN1911 &"pgRq,n W HAVIEMMORADTOTMEMURSONAA4WA90vEFORTKPOLICYPaRIOp miaAT®gOTMTYYTa►IpINDArMR6'gLIN6TIAtT,T�IunRCONpn10MDaaMVEpuTRAproRDTle'Rn04UL1FutYrtrHCpttoPbTTntt3HIYIYHI6 CBRT51MATHMAVNKNOUND ORMATPQRTAW.716IN2URANOaAPIOAe00V"XPQl1QD6=QmNNN MWEN1a fua vcrrro ALL TI1f YMO, 0 AMC) COPDIT qu OM pou"S pRN RCDUGW DV rAfT aAjH Lfil tMt MAYMIaMtl6 roLgreurlol PMNWY ATt(mms T1 IMMIINVAM rl � W uaatm atMiRRL AataOV.tH 1 GMVERCMLOVIERALUA6LITY PROO)CI600 /W An ! • MOQ WIOk O UUM PuMaWL L AW Aum f -- Oaaplel COAiMCeW1e r11er FYM tM renrrr f I I PINE OWAN 1AN am O,IO 1 i Hm W faro m. p..1111 ! I AvrowaasuAaLlrr tlaeelO twouW ! AMt Man ALL WO AU106 8=LV IINA" 11a1®ILla wrot WWqI 4M IV14t p0mv WAM Nowo a AUTCX Pr artlas.a rrAeaNlr eAw'af � i r AWN ONLY ` P OVS%" A ANt ADO anal naY nlRn nM V. , i�Y4 °5�:' ', ,•`11 61CP a 1 AmIm,ATe I afafff[1ARfAR e.,7, AfNlFfaal® t _ (ale"". reo. +msa+m f Befit MIN UISFELA raR11 wawApla aaNPMlaArlbe AMo 210111mv IWRL e4""Rr".• FAOI ACCI66M 1` nat,OYtR1'1AAlbArt pWAx MLAX Lam A 11C r1NPMOraet O✓Cl ! rANIAIMWaA6O1111vR (falfriia rtee aA o[vAv FA111ARDT6k HA OtlMo ptaporty 931 tR7A1 11E01Egb 111011BS Joe Limit i stag . 000 RAdditlooll Ineared ON Property rot Job *0416 1*0 Clark Street, Pelham AL RCity e1 Deatoe Tarlac 4018 Toxoo Btraat 0ea16M, Taman 70207 I i AlW a meth Aar OF Taf AWN 6OOMOM P@UMW 0 NRl7[Ap NFYIN ON toptarea ..a rllpfe "a narM wr..n a,.r. ra,awMe Ta rAr- go M/f alln71rI11aTreO70 wr paneerrkNROP aaAR11YOT1NLAiY irRwu t to MAL NINI moo" wimproas no oe ulafrtr I aP mar on leas "W' aalq mom ti> _.. RIOAfH CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least -A- • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAA00360 REVISED 10/12/94 CI-1 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, Its Officials, Agents, Employees and volunteers. • • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AAA00350 P"ISED 10/12/94 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained In satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted• Ixl A General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used* • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, It shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AAM0360 REVISED 10112/94 CI - 3 Insurance Requirements Page 4 Ixl Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1,000.000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos (x] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation Insurance which, in addition to meeting the minimum statutory requirements for Issuance of such Insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) I I Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ I Fire Damage Legal Liability Insurance Coverage Is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ I Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [A Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ I Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 REVISED 10112/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 [ 1 Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - mcludes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AM00350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the protect, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a protect, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the protect, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the protect, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the protect F. The contractor shall retain all required certificates of coverage for the duration of the protect and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mad or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the protect H The contractor shall post on each protect site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the protect that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AM00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity In writing by certified mad or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and AAA00350 REVISED 10112/94 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity AAA00350 REVISED 10/12/84 Cl - 9 PROPOSAL FOR ELECTRIC SUBSTATION PACKAGE City of Denton, Electric Utility Department, 901 B Texas Street, Denton, Texas 76201 ATTENTION Mr Tom Shaw, Purchasing Agent PROPOSAL FOR Electric Substation Package BID NUMBER # 1926 GENTLEMEN The undersigned bidder having read and examined these specifications and associated contract documents for the above designated equipment does hereby propose to furnish the equipment and provide the service set forth in this Proposal All prices stated herein are firm and shall not be subject to escalation provided this Proposal is accepted within sixty (60) days The undersigned hereby declared that the following list states any and all variations from, and exceptions to, the requirements of the contract documents and that, otherwise, it is the intent of this Proposal that the work be performed in strict accordance with the contract documents AND CLARIFICATIONS PAGES The undersigned bidder hereby proposes to furnish a complete electric substation package FOB, Denton, Texas, in accordance with these specifications and associated contract documents listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price of One Hundred Eighty-one Thousand Three Hundred Thirty-eight Dollars (Price in Words) The undersigned hereby declares that only the persons or firms interested in the Proposal as principal or principals are named herein, and that no other persons or firms that herein mentioned have any interest in this Proposal or in the Contract Agreement to be entered Into, that this Proposal is made without connection with any other person, company, or parties likewise submitting a bid or proposal, and that it is in all respects for and in good faith, without collusion or fraud If this Proposal is accepted, the undersigned bidder agrees to submit drawings and engineering data in accordance with Section 1 C and to complete delivery of equipment and materials in accordance with the shipping schedule specified The undersigned fully understands that the time of drawings and data submittal and equipment and materials delivery is of the essence Dated at Pelham, AL this 24th day of July 11996 Bidder M. D. Henry Co nr_ By Patrick A. Henry Title 1 J PrPRidont- Attest Business Address of Bidder P. 0 sox 40 State of Incorporation Alabama Address of Principal Office 120 Clark Street