HomeMy WebLinkAbout1987-0980923L
AN ORDINANCE ACCEPTING
AWARD OF CONTRACTS FOR
FOR THE EXPENDITURE OF
EFFECTIVE DATE
COMPETITIVE BIDS AND PROVIDING FOR THE
PUBLIC WORKS OR IMPROVEMENTS, PROVIDING
FUNDS THEREFOR, AND PROVIDING FOR AN
WHEREAS, the City has solicited, received and tabulated
cometitive
ic
improvements bids
econstruction
accordance with the procedures of
state works
and
City ordinances, and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the
construction of public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID NUMBER
CONTRACTOR
9745 Bill Hazelwood, Inc
Part III Only
AMOUNT
$134,846 36
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 ts
such
person shall pcomply nherein
with all requirements accepted n mentsspecified approved,
in the1Notice
to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of
the construction
ooh
accordance withthebidsaccepted and works andapproved 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 specitications,
standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
competitive bids and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V That this ordinance shall become effective
immediately upon its passage and approval
PASSED AND APPROVED this the Znd day of June, 1987
RAY S iENS, MAYOR
CITY DENTON, TEXAS
ATTEST
JEN
E W
T
S, CITY SE ARY
CITY
DE
ON,
TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVIrCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
Y
BY i&
PAGE TWO
DATE June 2, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9T45 - PART III T I SANITARY SEWER
RECOM11ENDA ION We recommend this bid be awarded to the low bidder Bill Hazelwood,
Inc of Sherman, Texas at the low bid price of $134,846 36
SUMMARY This is a part of the bid issued and received for the com-
pletion of water and sewer projects for and in conjunction with Texas Instruments
This section or part III is for the sewer line installation by the City of
Denton The low bidder is also the low bidder on Part II Sewer Line to be
built by Texas Instruments and participated in by the City of Denton
BACKGROUND Tabulation Sheet
Public Utility Board Minutes
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
This project would need to be completed in order to be able
for the tie in of sewer line to be completed by Texas Instruments
FISCAL IMPACT Utility Department There is no additional impact on the
General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
me J
Marshall, C P M
itle purchasing Agent
Approved
p -'2-
am hn J Msrshall' C P M
Title Purchasing Agent
W
N
r
1
I
i
1
I
1
� I
1
I
m
U
m
m a
i i
s
® ®
® m
I I
~
p
1 p
I
1
N
N W
I I
1 z 1
r
O
N Nm
✓
1 t;
3
~ G
?
W
j
®
Z p
/Wjl
R�l1
I 1
I 1
N
^
T
®
W
j?
P N
1� 1
1 1
�•'
^T
UI
I
1 1
1 < 1
1 m I
1 Z I
I C 1
I O I
1 � I
1 1
1 1
LATE
May 26�"
PUBLIC UTILITIES BOARD AGENDA ITEM
TO CHAIRMAN•AND MEMBERS OF THE PUBLIC UTILITIES BOARD
FROM' R E Nelson, Executive Director of Utilities
SUBJECT CONSIDER BID OPENING, BID N9745, FOR TEXAS INSTRUMENTS,
INC , PART III, SANITARY SEWER LINE
RECOMMENDATION
The Staff recommends approval of Bid N9745, Texas Instruments,
Part III, Sanitary Sewer, in the amount of $134,846 36
SUMMARY
Bids were opened April 23, 1987, and the results are shown in
Exhibit I The entire Texas Instruments project was bid as
one proposal, although the bid proposal broke the contract
into three parts for bidding purposes The Staff is
recommending the lowest cost for Part III, Sewer, in the
amount of $134,846 36, from Bill Hazelwood, Inc
The Part I, Water Oversize, and Part II, Sewer Oversize,
portions of the contract are covered for bid acceptance under
a separate item
BACKGROUND
This 189 5 acre development is located north of US 77 and
south of proposed Loop 288 between Riney Road and Bonnie Brae
The Part I and Part II portions of the contract are oversized
with the City of Denton The Part III, Sewer, portion of the
contract is to be totally constructed by the City of Denton
This 2448 LF of 24" sewer line is from Greenbriar Street to
Crescent Street It has been scheduled in the FY 1988 Capital
Improvement Plan at an estimated cost of $225,000 The 24"
sewer line capacity is necessary to accommodate the large
sewage basin requirement of the area
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
The City of Denton, Denton Municipal Utilities, Citizens,
present/future developers, Purchasing Department
4896U 7
FISCAL IMPACT
2448 LF of 24" sewer line @ $5S 08 /LF $134,846 36
Source of Funds Sewer Bonds
624-008-0471-9138
Respectfully submitted
Nelson, xec erector
Department of Utilities
Prepared by
c, q) =14V
cot a Vsac
Engineering Technician
Approved by
c 0--- *4----
C David am, Director
Water/Wastewater Divisions
EXHIBITS I Bid Summary
II Location Map
4896U 8
BID SUMMARY
Difference
Total
(City Portion)
T I Portion
Bill Hazelwood, Inc
Part I Water
$126,514
75
$ 46,032
45
$ 80,482
30
Part II Sewer
254,491
35
58,545
11
195,946
24
Part II Drainage
27,966
40
0
27,966
40
Sub -Total
$408,972
50
$104 577 56
$304,394
94
Part III Sewer
134,846
36
134 846
36
1
0
Total
$543,818
86
$239,423
1-owE57' T3i0
92
$304,394
94
Jay -Mar
Part 1 Water
$125702
00
$ 44,227
00
$ 81,475
00
Part II Sewer
280:956
50
66,227
50
214,004
00
Part II Drainage
37,002
00
0
37,002
00
Sub -Total
$443,660
50
$111,179
50
$332,481
00
Part III Sewer
145,613
50
145,613
50
0
Total
$589,274
00
$256,793
00
$332,481
00
Dickerson
Part
1 Water
$132,316
00
$ 35,720
00
$ 96,596
00
Part
II Sewer
313,305
50
59,795
00
253,510
50
Part
III Drainage
27,751
50
0
27,751
50
Sub -Total
$473,373
00
$ 95,515
00
$377,858
00
Part
III Sewer
152,068
75
152,068
75
0
Total
$625,441
75
$247,583
75
$377,858
00
Atkins Brothers
Part
I Water
S143,731
00
$ 55 923
50
S 87,807
50
Part
II Sever
334,060
00
72,655
00
261,405
00
Part
II Drainage
65,306
50
0
65,306
50
Sub -Total
$543,097
50
$128,578
50
$414,519
00
Part
III Sewer
204,018
00
204,018
00
0
Total
$747,115
50
$332,596
50
$414,519
00
E L
Dalton
Part
1 Water
$172,545
25
$ 43,531
00
$129,014
25
Part
II Sewer
452,208
85
103,915
05
348,293
80
Part
II Drainage
50,524
60
0
50,524
60
Sulk -Total
$675,278
70
$147,446
05
$527,832
65
Part
III Sewer
291,667
80
291,667
80
0
Total
5966,946
50
$439,113
85
$527,832
65
Calvert Paving*
Part
1 Water
$155,620
00
$ 57,100
00
$ 98,520
00
Part
II Sewer
314,966
00
38,365
00
276,601
00
Part
iI Drainage
38,108
00
0
38,108
00
Sub -Total
$508,694
00
$ 95,465
00
$413,229
00
Part
III Sewer
146,512
00
146,512
00
0
Total
$655,206
00
$241,977
00
$413,229
00
* Rock Clause Added
SLavw
ISLOS0787019
Exhibit
■tea.
I���`.rtr3:7► �
011V AC.
7
Woo1>�1
6 •.
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON ) (
THIS AGREEMENT, made and entered into this Sth day of Jung _ _
A.D. , 19 87 , by and between THE CITY OF DENTON, TEXAS
of the County of DENTON and State of Texas, acting through _Ljoyd V.
Harrell, City Manager thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
BILL HAZELWOOD, INC. _
P.O. BOX 274
SHERMAN, TEXAS (210892-4019
of the City of SHERMAN County of GRAYSON
and state of TEXAS , Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 9745 - T.I. SANITARY SEWER PART III
PURCHASE ORDER # - 78904 in the amopnj of $134.846.36
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
written explanatory matter thereof, and the Specifications therefore, as
prepared by mETRoPLEx ENGINEERING BY GRFc. FDWARDS FOR Ti_ ANp___
THE CITY OF DENTON, TEXAS I
, 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.
i
LT 5-
SECRETARY
ATTEST:
APP • AS TO FORPf:
City Attorney
CA-2
0044b
CITY OF DENTON, TEXAS— -
Party of he First P rt, Olzi
B9��v
LLOYD V. HARRELL
CITY MANAGER
(SEAL)
RILL HA F WOOD, IN
Party of the/Second Part, CONTRACTOR
By / w
'-Title Azeiwood, President
(SEAL)
Bond. Issued in Five Duplicate Originals. Bond #LB 19206
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF Collin )(
KNOW ALL MEN BY THESE PRESENTS: That Bill Hazelwood, Inc., P.O. Box 274,
of the City of Sherman
County of Grayson , and State of Texas
as PRINCIPAL, and Chilton Insurance Company and Fairmont 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 One hundred thirty four thousand, eight hundred forty
six dollars & no/100---Dollars (t 134,846.00 ) 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
5th day of
June , 19 87 , for the construction of
BID4/ 9745 - PART III
T.I.
SANITARY
SEWER INSTALLATION
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 Ilantnn 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 8th day of June , 19 87•
11 Hazelwood
Principal
By
Title L7
Address P.O. Box 274
Sherman, Texas 75090
Chilton Insurance Company and Fairmont --
Surety Insurance Company
1 L. Humphr
Title Attorney -in -Fact
Address 101 E. Park Blvd., Ste. 1021
Plano. Texa
(SEAL) I(SEAL)
The name and address of the Resident Agent of Surety is:
V.R. Damiano, Jr., Agent's Bond Connection Agency, Inc.
101 E. Park Blvd.. Suite 1021, Plano. Texas 75074
NOTE: Date of Bond must not be prior to date of Contract.
P B-2
0091b
Bond Issued in Five Duplicate Originals
Bond R B 19206
PAYMENT BOND
STATE OF TEXAS
COUNTY OF Collin )(
KNOW ALL MEN BY THESE PRESENTS
274
of
the City of Sh
County of
Grayson
and
State of Texa
Insurance
COmDanv and
Fairmont
Insurance Compa
That Bill Hazelwood, Inc., P.O. Box
as principal, and Chilton
- authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON, TEXAS
OWNER, in the penal sum of One hundred thirty-four
thousand eight hundred forty-six dollars & no/100------------ Dollars ($ 134,846.00 )
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 5th day of June , 19 87
BID# 9745 - T.I. SANITARY SEWER PART III - $134,846.36
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.'
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 8th day of June
Bill Hazelwood, Inc.
Principal
By
Title
Address P.O. Box 274
Sherman, Texas 75090
19 87 .
Chilton Insurance Company and Fairmont
Surety Insurance Company
AMU
Ch r 1 L. Humphrey
Title Attorney -in -Fact
Address 101 E. Park Blvd., Ste. 1021
Plano, Texas 75074
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
V.R. Damiano, Jr.. Agent's Bond Connection Agency Inc.
101 E. Park Blvd., Suite 1021, Plano, Texas 75074
PB-4
0092b
bond .Issued in Five Duplicate Originals Bond /lLB 19206
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF Collin )(
IQ%IOW ALL MEN BY THESE PRESENTS: THAT Bill Hazelwood, Inc.,
Sherman, Texas as Principal, and Chilton Insurance Company and Fairmont 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 Thirteen thousand four
hundred eight -four dollars Dollars 13,4g4_DD , 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 obligaticn is conditioned, however, that:
WHEREAS, said Bill Hazelwood, Inc.
has this day entered into a written contract with the said City of Denton to build
and construct BID# 9745 T I SANITARY CFWFR PART ITI fnr $134 g4r On
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 'or. the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
NE-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of 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 Bill Hazelwood, Inc., P.O. Box 274,
Sherman, Texas 75090 as Contractor and Principal, has caused
these presents to be executed by Agent's Bond Connection Agency, Inc.
and the said Chilton Insurance Company and Fairmont Insurance Company
as surety, has caused these presents to be executed by its Attorney -in -Fact
Cheryl L. Humphrey and the said Attorney -in -Fact has hereunto set his hand
this 8th day of June , 1987
SURETY:
Chilton Insurance Company and
Fairmont Insurance Company
BY: 1V
Cheryl Lpumphrey'��
Attorney -in -Fact
0093b
PRINCIPAL:
Bill Hazelwood, Inc.
MB-2
Bond #LB 19206
CHILTON INSURANCE COMPANY
Dallas, Texas Issued in Five Duplicate Originals
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That CHILTON INSURANCE COMPANY, a Texas corporation, does hereby make, constitute and
appoint
--- ----- ------ ----------------- CIiIItYL L. HLZT REY------
PLANO,
as its true lawful Attomey(s)-in-Fact, with fu I I power and authority, for and on behal f of the Company as surety, to execute
and deliver and affix the seal of the Company thereto, if a seal is requ iced, bonds, undertakings, recognizances, consents of
surety or other written obligations in the nature therof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind CHILTON INSURANCE COMPANY thereby, and all of the acts ofsaid Attorney(s)-in-Fact, pursuant to
these presents, are hereby ratified and confirmed.'
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
ARTICLE V, Section 15, ATTORNEYS -IN -FACT AND AGENTS. The chairman of the board, the president, the vice
-president, the chief manna otticer. or the secretaryor the corporation may appoint attorneys -in -fact or agents with power
and authority, as defined or limited in their respective powers of attorney. for and on behalf of the corporation to execute
and deliver• and affix the seal of the Corporation thereto• bonds, undertakings, recognizances, consents of surety or
other written obligations in the nature thereof and any of said officers may remove any such attorney -in -fact or agent
and revoke the power and authority given to him or her.
ARTICLE V. Section 16. AUTHORITY TO BIND. Any bond• undertaking, recognizance, consent of surety or written
obligation in the nature thereof shall vat —ana binding upon the corporation when signed by the chairman of the
board, the president, the vice president, the chief financial officer. or the secretary,of the corporation and duly attested
and sealed, J a seal is required, by the secretary or assistant secretary, or shall be valid and binding upon the corporation
when duly executed and sealed, if a seal is required, by a duly authorized anomey-in-fact or agent, pursuant to and
within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution
adopted by the Board of Directors of CHILTON INSURANCE COMPANY at a meeting duly called and held on the
12th day of April, 1985.
RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, may be affixed
by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of
any bond, undertaking, recognizances consent of surety or other written obligations in the nature thereof; such signature
and seal, when so used, being hereby adopted by the corporation as the original signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with the same force and effect as though manually
affixed.
IN WITNESS WHEREOF, CHILTON INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 16th day of April, 1985.
CHILTON INSURANCE COMPANY
By
Si ture Henry F. right, Vice resident
ennve .n U 5 A
Bond AB 19206
PA1111ti INSURANCE CUA11rANY
Burbank, California Issued in Five Duplicate
Originals.
POWER OF AT"1'011N61'
FNOtt' At,[. KIEN BY THESE PRESENTS:
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute and
appoint
------ —--- —------------------------------- C7IERYL L. IIUMI'IMEY---- -------------
PLANO,TEXAS ------------------ —---- -----------
as its true lawful Attorncy(s)-in-Fact, with full power and authority, for and on behalf of the Companyas surety, to execute
and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances, consents of
surety or other written obligations in the nature therof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the ads of said Attomey(s)-in-Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
ARTICLE IV, Section 13. ATTORNEYS -IN -FACT AND AGENTS. The chairman of the board, the president, the vice
president, the chief manna officer. or the secretary o the corporation may appoint attomevs-in-fact or agents with power
and authority, as defined or limited in their respective powers of anornev, for and on behalf of the corporation to execute
and -deliver, and affix the seal of the Corporation thereto, bonds, undertakings, recogn Izances. consents of surety or
other written obligations in the nature thereof and any of said oficers may remove any such attomey-in-fad or agent
and revoke the power and authority given to him or her.
ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written
obligation in the nature thereof shall vat an binding upon the corporation when signed by the chairman of the
board, the president. the vice president, the chief financial officer, or the secretan• of the corporation and duly attested
and sealed, if a seal is required, by the secretary or assistant secretary. or shall be valid and binding upon the corporation
when duly executed and scaled, d a seat is required, by a duly authorized attomey-in-fact or agent, pursuant to and -
within the limits of the authority granted by his or her power of attomey.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu-
tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly called
and held on the 4rd _day of October, 1983: -
RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, vuy be affixed
by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of
any bond, undenaktn , recognizance consent of surety or other written obligation in the nature thereof; such signature
and seal, when so used, being hereby adopted by the corporation as the onginal signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with the same force and effect u though manually
affixed.
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March of 1985
ex. APR. 10
A =
a •% 1970 ; 2;
s� s W
FAIRMONT INSURANCE COMPANY
By .
W �c
Signature Henry F. Wright, Vi� Presiden'-
r....— ._ 1, 1 .
INSURANCE CERTIFICATE
This is to certify that the policy or policies listed below have been issued to !PCnamed 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 days after written notice is mailed to the certificate holder, Whichever date
shall first occur. -�'0
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
EFFECTIVE DATE OF THIS CERTIFICATE
may 8 1987
ISSUED AT
Sherman, Texas
City of Denton
'
Purchasing Department
Texas Em PLOYeRS
Attn:
John Marshall
InsURance ASSOCIaTIon
901B Texas Street
Texas EmPLOYeRS
InctemnlTY company
Denton, Texas
76205
_
EmPLOYeRS casuaLTY
company
NAME AND ADDRESS OF INSURED
EMPLOYeRS NaT10nal-
-
In SURance company
EMPLOYERS CaSUOILTY
Bill Hazelwood,
Inc.
cORPORaTIOn
P.O.
BOX 274
EMPLOYeRS NaT1OnaL
Sherman, Texas
75090
InsuRance cORPORaTIOn
Em PLOYeRS OF Texas
'
LLOYD'S
'
BY ((`AvrJryO"Zed RepCesenlative)
//�jr
(Signed) Y'�--'( ,` �i'�-rr—u/
(Typed) Bob Sims Dist. Mgr.
INSURANCE
IN FORCE
Ee rian
LVAIIS OF HAB LITY NO_t C55 THAN
EmF r n
['ah Areidem
Or Agpree^t^
Oats
STATE AND
LOCATION OF OPERATIONS
Kind
Policy Nmnber
P.rlv,Ii PI •.� n
r.l P^o.r rr^drrl n.
Item 1
Covem a
Fully C.rn I es Will, Rcq drrmrnn of
'
Pan l
In.ns 'IJ I:ers' Con.perr wrryr 1nw
E o
02693
06-04-88
-
nr.•o„ Only c Only
STATE OF TEXAS
a E
3
Coverage
Parr It
And Peneaal
II 134•^0: -
l`�UQUUU
*
Thereof
So.
Item 3
Cowi age
---
-- Fully Complies With Ce9ui.e:cen
Pert I
of 5:nlc lu•.v
oa
1) seas' Only
pi"ow Only
s a d.
Cove mge
Part II
And Renewal
IF Munk -
S100,000
$100,U(r)
7500,000
3
Thereof
See Heading
_
I_$ X,
I 500, 000
P-1.rls only
U.S.A., ITS TERRITORIES OR
ate 6-6
8^I'rrry
1L6345**
—_—
P.
And en' al
It Lilo.. It -
CDIi
bng " Iled Si
a Lfmit
POSSESSIONS AND GNADA
Property
6 u e
Damage
Thereof
See He..ding
1_Y X
Item 4
r
Bodily
Injury
605691
----
�•
SDD, ODD Cc�mbineCl
a
NO
_ Applia•ble
U.S A.. HS TERRITORIES OR
o °
a° d o
And Renew°I
If Bork -
S
POSSESSIONS AND CANADA
Property
Ills Limit
Nol
Demage
Thereof
See Needing
XX x_
.Applicable
Item 5
b
S
b
UMBRELLA
654778
04-01-88
1,1100,U0
_XX
An al
Thereof
See H'ndh.g
5
Item A
S
$
S
And Renewal
If Munk
Thereof
See Heading
REMARKS *Excludes Masters & Members of: the Crews of Vcssels
**Policy Includes Blanket Contractual., Products & Completed Operations
TECO 17993 (4-1 8d)
PROPOSAL
Texas Instruments Addition
The following Proposal is hereby made to
Texas Instruments
"Texas Instruments, Incorporated.
P.O. Box 225214, NIS 399
Dallas, Texas 75265
In the City of Denton, Denton County,
Texas
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 Contractors, 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 Engineer and the City of Denton as therein set forth.
It is agreed that the quantities of work to be done at unit prices and materials to be
furnished may be increased or diminished as may be considered necessary, in the
opinion of the Engineer, to complete the work as fully as planned and contemplated
and that all quantities of work, whether increased or decreased arc to be performed
at the unit prices set forth below except as provided for in the specifications.
It is further agreed that the lump sum prices cony be increased to cover additional
work ordered by the Engineer, but not shown on the plans or required by the
Spccificntions, in accordnncc with the provisions of the General Conditions.
Similarly, they may be decreased to cover deletion of work so ordered.
P/
It is understood and agreed that the work is to be completed in two sections. Section
One will be Part 1 water main facilities which arc to be completed within 60
calendar days of the award of contract. Section Two will be Part 11 sanitary sewer
and drainage facilities and Part III sanitary sewer facilities which are to be
completed within 225 calendar days of the award of contract. Liquidated damages
in the amount of $315.00 per working day will be assesses if the Contractor fails to
complete the work for either Section I or Section II on time.
Although the proposal is set up in three parts, it is the intent of the owner to award
the entire contract as one unit. The sections are set up to facilitate early completion
of the public water system, which is needed to facilitate on site construction. The
parts and alternates are set up to define the amount of City of Denton participation
in the construction of the public systems
In the event of the award of a contract to the undersigned, the undersigned will
furnish: (1) A performance bond for the full (1001b) 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. (2) A payment bond
for the full (100%) amount of the contract to guarantee payment of all lawful claims
for labor performed and materials furnished in the fulfillment of the contract.
(3) A certificate of insurance in the amount rcquircd by the City of Denton, Texas,
and (4) A twelve (12) month maintenance bond in the amount of ten percent (10%) of
the contract amount prior to acceptance and final payment for construction. the
Contractor also agrees to enter into the required three-way contract with the City of
Denton before beginning construction. 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 and the City of Denton.
The undersigned certifies that the bid prices contained in this proposal have been
carefully checked and are submitted as correct and final.
NOTE: To facilitate a fair and equitable bidding process, we would ask that
all bid items be filled out in accordance with the specifications. Any
informality in the bidding process which prohibits equitable
evaluation in the bid will be cause to reject that bid. Should bid
prices on any items be omitted, the right is reserved to apply the
lowest prices submitted by any other bidders for the omitted items in
payment for work done under this proposal.
P2
PART III
SANITARY SEWER FACILITIES
Item
12-inch sewer pipe,
6-8 feet deep
24-inch sewer pipe,
0-6 feet deep
24-inch sewer pipe,
6-8 feet deep
24-inch sewer pipe,
8-10 feet deep
24-inch sewer pipe,
10-12 feet deep
24-inch sewer pipe,
12-14 feet deep
12-inch concrete encasement
24-inch concrete encasement
24-inch aerial crossing
Bore under U.S. 380
(30-incl sings)
Ip Standard manholes
Extra -depth manholes
Patch existing pavement
TOTAL Sanitary Sewer Facilities
Unit Price
1
jZ 3 $/LF
7.i
$/LF
e-6 _$/LF
L,7hu $/LF
3Z., $/LF
ZfTi $/ca
r/O_$/LF
$/LF
P8
Quantity
43 LF
450 LF
195 LF
445 LF
395 LF
920 LF
20 LF
450 LF
Lump Sum
Lump Sum
Extension
sY..5f
$
1:C'
8ca $ Z�' d-Oo
33 LF $ c.'
1640 LF $/J
$j3496.3G
Receipt is hereby acknowledged of the following addenda to the contract
documents:
Addendum No. 1 dated Received
Addendum No. 2 dated Received
Addendum No. 3 dated Received
Addendum No. 4 dated Received
Addendum No. 5 dated Received
The undersigned understands and agrees that the OWNER reserves the right to
reject any or all Proposals or to waive any formality or technicality in any Proposal
in the interest of the OWNER except as specifically limited by the terms of the
Contract Documents or applicable laws or Governmental Regulations.
The Above Proposal Is Hereby Respectfully Submitted By:
f' O. 0("K a? 7//- oZ 1 rl - g!7��OZ7—
BUSINESS ADDRESS TELEPHONE NUMBER
vrif,0XM Ah r r fs 7.r0 9e
CITY STATE ZIP CODE
P9