HomeMy WebLinkAbout1986-2000923L
MEF,000010,11
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore, and
WHEREAS, Section 2 36 (f) of the Code of Ordinances requires
that the City Council approve all expenditures of more than
$10,000, and
WHEREAS, Section 2 09 of the City Charter requires that
every act of the Council providing for the expenditure of funds
or for the contracting of indebtedness shall be by ordinance,
NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I
That the following competitive bids for the construction of
public works or improvements, as described in the "Bid Invita-
tions", "Bid Proposals" or plans and specifications attached
hereto are hereby accepted and approved as being the lowest
responsible bids
BID NUMBER
CONTRACTOR
AMOUNT
9631
J V Strange/Teasley Road Associates
$ 30,814
00
9643
Dickerson Construction Company, Inc
$616,985
00
9650
Albenesius Contracting, Inc
$118,410
00
9651
Holbert -Wyatt Addition
$ 29,836
00
9655
Don L Owen
$ 35,500
00
9654
Pedus Building Services
$109,176
00
SECTION II
That the acceptance and approval of the above competitive
bids shall not constitute a contract between the City and the
person submitting the bid for construction of such public works
or improvements herein accepted and approved, until such person
shall comply with all requirements specified in the Notice to
Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, after 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
bids and the execution of contracts fol
improvements as authorized herein, thf
authorizes the expenditure of funds in
amount as specified in such approved
contracts executed pursuant thereto
SECTION V
the above competitive
the public works and
City Council hereby
the manner and in the
bids and authorized
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this the _Z� day of 1986
RAY STEPHENSJMAYOR
CITY14 DENTON, TEXAS
ATTEST
CHARLOTTE ALLEN, CITY -SECRETARY
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
OR/ice ���t�./!L�_iFA
PAGE TWO
DATE October 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID # 9631 LOOP 288 UTILITY CROSSMS SANITARY SEWER
PARTICIPATION
RECOMMENQATION WE REOJ&E D THIS PARTICIPATION BE APPROVED FCR THE
LONEST DIFFERECE BETWEEN THE 10" AND 18" SANITARY SEWER LINE BID BY
DIGgRSCN CCNSTR1ZTICN QJ INC IN TI-E AM.NT OF $30,814 11 THE aNTRACT
WILL BE WITH J V STRANCE, TEASLEY RQ&D ASSOCIATES, TFZUXI-i BRYAN BRIE,
P E
SUMMARY THIS BID INCLLM SEVERAL CROSSINGS WITH WATER, SANITARY
SEWER, ETC AT SOME DIMMENT LOCATICNS WE ARE ONLY CONSIDERING THIS
CNE AT THE PRESENT TINE THERE WERE SEVEN BIDS, A CX7tD REPRESEVTATICN, CN
THIS PROJECT THE DEVELCPER, FISCINEER AWARDED TI-E CONTRACTS AND THIS
PROJECT IS NEARING, 03APLFTICN
BACKGROUND TAN-I.ATICN SHEET
UTILITY RF:GaAII4DATICN AM UTILITY BCARD RECC1vN-NTICN
PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED
CAPITAL INPROVEAMS PROJECT -UTILITIES
FISCAL IMPACT
624-008-0471-9138
THERE IS NO AMITICNAL IMPACT CN THE CENEIVL FUND
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
?me\jo�n'� Marshall, C P M
e Purchasing Agent
Approved,
am John J Marshall, C P M
Title, Purchasing Agent
A R
I Y I
I
�} V
�l m �} Gf
I I
_) �
I
I
- m -+a
�
1
i
- -�
W
I �
I � I
n
I Y 1
I '
�
I
�
T
�}
T
i I
_J o
'T
n1
1 I
F V �-
M1
1
Z
1 I
I
Q J
TI
^'
u
m
I TI I
I S
� 31
P
{J
nl
r
Cf
I I
I I
f } _
I m
t
�)
1
1
� r
Tl
I %� 1
�y
n
u
1
I T 1
� ti
n
-+
m
I
I
�
m
+i
I o I
i a i
s
�
a
I
n
rn
1 I
T
I I
1 I
47
I
�
t I
I
n
m a cf
..
I I
o �f .-
c
I m
I a I
r rJ
o
m
c
I 1
m
i A x
s
3J I
I 1
r
�
I 1
- T
r
1
I
E
I I
n
I
a
m
I I
Y
1 S I
n��
$
L
1 b I
3�} I
ICJ
�1 T
i
1
1
C
I I
T
v
1 I
I I
Cf
Z
ut
� i
m �i �
n}
4!
I o I
a 1
o- m
-I 2
G J
I 1
I 1
Cl
�
I I
I I
�
I
I I
`m
.1"a
i
i
� r
1 e
m m
fJ~1
I O
W
�
�
I I
x
4(
1
G
I
1 I
1 I
nl
1 I
) m
I m l
x a
�"
c
I 'd' 1
I �J 1
nl < Z
� sl n
a I
I
-� r
-s s
I
I �
�
nN.-
I
I
I m
r O
ul
I
I ''f
r m a
.. n
V1
$
I .'U I
r
Y
I I
^J
I I
1 I
I 1
1 1
.`"�-
i m i
-r7 �-
s
1
I Q I
r x
U
_
1 � 1
y $
$
1 1
1 1
$
I
t
I 1
� m
U]
#J
I r 1 I
I x l
l]
f �_ n
� i
n - m
~
I � I
u n
U1
n)
I I
I
O
Y
DATE October 7, 1986
CITY COUNCIL AGENDA ITEM
0
TO MAYOR AND MEMBERS OF THE CITY COUNCILk�L_
FROM Lloyd Harrell, City Manager
6UBJhCT CONSIDER BID OPENING, BID N9631, GREENFIELD WOOD
SCHOOL SITE, OVhRSIZE SEWER LINE, OWNER, TEASLEY ROAD
ASSOCIATION
RECOMMENDATION
SUMMARY
The Public Utilities Board recommends to the City
Council approval of the lowest difference of
$30,814 11 (18" sewer vs 10" sewer) as the City's
participation
Bids were opened June 24, 1986, and the results are as
follows
Dickerson Constn
LF Deletka Constn
Circle C Constn
Lowell B Allison
C&W Utility Constn
Idela Constn
B§F Constn.
BACKGROUND
18" SS
$124,387 75
163,268 46
128,535 60
141,346 02
214,090 96
189,458 40
191,404 00
10" SS
$93,572 64
124,111 50
81,233 08
89,781 90
152,630 52
124,225 04
109,919 00
City Part
18"-10" SS
$30,814 11
39,156 96
47,302 52
51,564 12
61,460 44
65,233 36
81,485 00
The Public Utilities Board recommends approval of the
lowest difference of $30,814 11, the bid of Dickerson
Construction
The City Council approved on August 19, 1986, the
oversize agreement from 18" to 10" sewer The devel-
oper needs a 10" sewer line whereas future development
in the surrounding drainage area may require an 18"
sanitary sewer
PROGRAMS, GROUPS OR DEPARTMENTS AFFECTED
City of Denton Municipal Utilities, City of Denton,
Developers and the citizens
0231n 7
Greenfield Wood School Site
Oversize Sewer Line
Page 2
FISCAL SUMMARY
City's estimated share approved
August 14, 1986, along with
oversize agreement
City's share based on bid
opening (this request)
$79,280 00
$30,814 11
Source of funds Sewer Bond Funds- 624-008-0471-9138
Note It may be noted that due to competition among
contractors, the City's share is well below the
approved estimate
Prepared by
r CD-L-e *I(- ---
avi am
Assistant Director of Utilities
Water/Wastewater Divisions
Approved
Nelson
Director of Utilities
Attachments
0231n 8
Bid Tabulation
Location map
PUB Minutes 9/24/86
Respectfully submitted
Lloyd Harrell
City Manager
ba
V .;--
�: �,
., 1 � \
i_
�. �
y, _�
MINUILS
PUBLIC U11Lr1IGS BOARD
September 24, 1986
MEMBhRS PRESEN1 Chairman Roland Laney, John Thompson, Edward
Coomes, Kenne(It Frady, Nancy Boyd, Lloyd
Harrell, It E Nelson
SfA1F PRhShNr John McUrane, C David Ham, Ernie rullos,
Mark 11cllaniel, Glenn Jaspers
01111:R5 PRhSLNI David Guyot, Stanley Armbruster, Dr
Littlefield
Service (.enter Training Room 6 UU p m to 11 30 p m
Regular Agenda
1�
b lU (.UNSIllhR BID UPhNING UIll 19631 UVLRS1Zh SEWER LINE AT THE GRE NNIhLD WUUll S(,HUUL lih
}lam explained that the staff recommends approval of the
lowest difference of $3U,t;14 11 as the City's participation
in the oversize sewer line
Loomes moved to recommend to the City Council approval of
the low bid of Dickerson Construction in the amount off
$30,814 11 Thompson second All ayes, no nays, motion
carried unanimously
DATE October 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid #9643 C I P Utilities Loop 288 30" Watermain
RECOIVIENDATION We recommend this bid be awarded to the low bidder of
Dickerson Construction Co in the amount of $616,985 00
SUIMIARY This bid was advertised and notices were sent to twenty-five
Contractors We had thirty-two sets of plans picked up and
received eleven bids ranging from $616,985 00 to $963,796 10
We feel that we received an excellent bid for this project
BACKGROUND Tabulation Sheet and Utility Department recommendation and
Utility Board Minutes
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED C I P Projects
FISCAL IMPACT
There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
ai J hn Marshall
Tit Purchasing Agent
Approved
am Jo in Marshall
1 M V, Purchasing Agent
•
�+ O a Y
['1 T V 9
I 1
� $
G A -
'.0 G �_ Y
'
I a
m
s
I
I
c- m -� �
_ - a
I
� K
m
a
m r -�.
o
0
_
�
I m
_ o m
�
x
s
r
_
c
�
�
s z �
0
s
�
I
m
m
0
I
I
�
<
I T I
I
N
p 1
� �
'-0
1
`+ S
m
o
O
I
I
n
I
C'�
P
< 1
0
N
`m
.+
m
I
s
N
�
o
p
1 S
�]
A I
I
O
1
u
I
�
m
<
Z
I T
2
m
N
�
8
1 O
O 2
� S
a
� aZ
o
�I
I I
1
m
1 m I
r+ c
N
�
G I
S S T
m
I a
� a
I
z
1
x
o
i m
ti
vmi
�
z
I $ 1
n c Ir-
N
1 `.O
I I
v
�
o
�
1
�
�
�
H
I
_m
r
w
n
$
a I
I I
n
-. n�
I
1
M
+� n
`m
m`
� �
�
$ I
N
O
9
� O
4
1
I
O
SN
�1
� I
n
V
1
� n Z
N
�-
1�
a I
-. �i
N
I
- r
O
N
2
1
n
P
1S
O
O
�
<
N
N
m
1m'
CJ
!1 S
� Fi S
N
a I
r �>
�
1
s z
1
m
a
c
c..
y
m
a
i s
a
N
p
T y
(JI
N
A
Q_
1
1
`m
c
� a
N
.o
i I
n �-. a
o
r
u
L
�n
I 1
� m
1
m n
N
C
I
DATE October 7, 1986
CITY COUNCIL AGENDA ITEM
TO MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM Lloyd Harrell, City Manager
SUBJECT CONSIDER BID OPENING, BIb #9643, LOOP 288 MCKINNEY TO
UNIVERSITY DRIVE 30" WATER LINE
RECOMMENDATION
The Public Utilities Board and Purchasing Department
recommend to the City Council approval of the lowest
qualified bid of Dickerson Construction Company in the
amount of $616,985
SUMMARY
Bids were opened Aug 14, 1986, and the results are as
follows
Dickerson Constn Celina, Tx
$616,985
00
Bill Hazelwood Inc , Sherman Tx
700,072
40
Tex -Con Utility, Garland, Tx
700,135
00
Saber Devel Co , Dallas, Tx
713,318
50
Channel Constn Lake Dallas, Tx
776,371
25
Arch Utility, FW Tx
779,794
00
C&W Utility, Desoto, Tx
827,445
00
Jay Mar Corp , Denton, Tx
874,745
00
Oscar Randa Const Roanoke, Tx
892,945
00
Calvert Paving, Denton, Tx
951,910
00
Bar Constn , Lancaster, Ix
963,796
10
The Public Utilities Board recommends the approval of
the lowest bid of Dickerson Construction in the amount
of $616,985
BACKGROUND
This is an approved 1986 CIP project In FY 1986-
2411/20" water line was installed from the Water Plant
to Loop 288 and north on Loop 288 to McKinney Street
In continuation with this project, in FY 1986, a 30"
water line is being proposed from McKinney to US 380
on Loop 288 Anticipating the growth of Lakeview
development and the proposed new Water Plant in the
north part of town, and to extend services to the ETJ
in the future, the Utilities Staff has upgraded the
line size from 20" to 30" In addition, it will also
help reduce distribution loss in the system so as to
efficiently pump 30 MGD in conjunction with the
proposed Water Plant upgrade (to 30 MGD)
0231n 11
Loop 288 McKinney to University Drive
30" Water Line
Page 2
In FY 86, budgeted amount for the 20" water line is
$350,000, whereas the low bid for the proposed 30"
water line is $616,985 00 In addition to the line
being upgraded to 30", the routing was also modified
to meet field/easement situations, involving 1400 LF
of extra length of pipe and bore across Loop 288 and
US 280
PROGRAMS, GROUPS OR DEPARTMENTS AFFECTED
City of Denton Municipal Utilities, City of Denton,
Developers and the citizens
FISCAL SUMMARY
The Public Utilities Board and Utilities Staff feel
that the low bid can be accommodated for the following
reason In FY 86, $500,000 (water bonds) had been
budgeted for oversize water lines based on anticipated
growth and proposed oversize agreements However,
many oversize agreements have not yet taken place due
to lack of interest from developers Approximately
$300,000 remains unspent in FY 86 in this category,
which could be used for this project
In addition, as a followup
Utilities Board is recommending
order to the lowest qualified
specified 30" gate valves to 30'
a net savings of $41,250 (refer
The fiscal impact is as follows
FY86 budgeted Loop 288 Water Line
FY86 Oversize Water Line Unspent
budgeted amt
TOTAL FY 86 Available Water
Bonds
agenda, the Public
approval of a change
bid to change the
' butterfly valves at
to followup agenda)
$350,000 00
$300,000 00
$650,U00 00
Recommended award (low bid) $616,985 00
Source of funds Water bonds- 623-008-0461-9138
0231n 12
Loop 288 McKinney to University Drive
30" Water Line
Page 3
Prepared by
C C7,-e
T--David Ham
Assistant Director of Utilities
Water/Wastewater Divisions
Approved
L Nelson
Director of Utilities
Attachments Bid Tabulation
Location map
PUB Minutes 9/24/86
0231n 13
Respectfully submitted
Lloyd Harrell
City Manager
F
i i I
\J� F *17 11
I- 77
j --_
PROJECT LOCATION
MINU1hS
PUBLIC UTILITIES BOARD
September 24, 1986
MhMBhRS PREShNT Chairman Roland Laney, John Thompson, Edward
Coomes, Kenneth Frady, Nancy Boyd, Lloyd
Harrell, R E Nelson
STAFF PRhShNT John Mcbrane, C David Ham, Ernie Tullos,
Mark McDaniel, Ulenn Jaspers
OrHERS PREShNT David Guyot, Stanley Armbruster, Dr
Littlefield
Service Center Training Room 6 00 p in to 11 30 p in
Regular Agenda
09,
LOOP 288 M(
Ham explained that this is an approved 1986 CIP project
upgrading the line size from 20" to 30" Utility staff
recommends approval of the low bid of Dickerson
Construction in the amount of $616,985
Thompson moved to recommend to the City Council approval of
the low bid of Dickerson Construction in the amount off
$616,985 Frady second All ayes, no nays, motion carried
unanimously
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 7
A.D., 19 86, by and between THE CITY OF DENTON, TEXAS
day of OCTOBER
of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and LOUIS D. DICKE_RSON
AND DICKERSON CONSTRUCTION CO. INC.
P.O. BOX 131 CELINA, TEXAS 75009
(214) 382-2123
of the City of CELINA
and state of TEXAS
termed CONTRACTOR.
County of
COLLIN
Party of the Second Part, hereinafter
WITNESSETH: That for and in consideration of the paynents 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 # 9643 LOOP 288 30" WATERLINE
P.O.,# 75725
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
[@I=I
0044b
r
written explanatory matter thereof, and the Specifications therefore, as
prepared by CITY OF DENTON ENGINEERING DEPARTMENT, JERRY CLARK CITY
ENGINEER
, 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.
A�T:
ATTEST:
AP OV� AS TO FORM:
__
City Attorn
CA-2
0044b
THE CITY OF DENTON
Party of he First Part, OWNER
B
LLOY V. HARRELL
(SEAL)
LOUIS D. DICKERSON AND
DICKERSON CONSTRUCTION CO. INC.
Party of t Second Part, CONTRACTOR
By ce G
itle LEWIS D. DICKERSON, -
(SEAL)
ATTEST:
AP OV� AS TO FORM:
__
City Attorn
CA-2
0044b
THE CITY OF DENTON
Party of he First Part, OWNER
B
LLOY V. HARRELL
(SEAL)
LOUIS D. DICKERSON AND
DICKERSON CONSTRUCTION CO. INC.
Party of t Second Part, CONTRACTOR
By ce G
itle LEWIS D. DICKERSON, -
(SEAL)
BID # 4Fa-i
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
For the Construction of
LOOP 288 30" WATERMAIN
DENTON, TEXAS
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those
named herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully
examined the form of contract, Notice to Bidders,
specifications and the plans therein referred to, and has
carefully examined the locations, conditions, and classes of
materials of the proposed work and agrees that he will provide
all the necessary labor, machinery, tools, apparatus, and other
items incidental to construction, and will do all the work and
furnish all the materials called for in the contract and
specifications in the manner prescribed therein and according
to the requirements of the City as therein set forth.
It is understood that the following quantities of work to be
done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating bids.
It is agreed that the quantities of work to be done at unit
prices and material to be furnished may be increased or
diminished as may be considered necessary, in the opinion of
the City, to complete the work fully as planned and
contemplated, and that all quantities of work whether increased
or decreased are to be performed at the unit prices set forth
below except as provided for in the specifications.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the City, but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
P - 1
It is understood and agreed that the work is to be completed in
full within seventy (70) working days.
Accompanying this proposal is a certified_ or cashier's check or
Bid Bond, payable to the Owner, in the amount of five percent
of the total bid.
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. It is understood that the Owner reserves the
right to reject any and all bids.
The undersigned hereby proposes and agrees to perform all work
of whatever nature required, in strict accordance with the
plans and specifications, for the following sum or prices, to
wit:
P - 2
1986 GIP Utilities
Loop 288 Watermain
WORK DAYS 70
BID NO. g543
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
1
30' Concrete Cylinder
I
I
(
I
2.12.5 1
Watermain
I 7,665
1 LF
1 $ t/5 ,< /LF
I 11i
y;
-
1
30' Ductile Iron
I
I
I
I
2. 12.8 1
Watermain
1 255
1 LF
1 $ qT, '�_/LF
I
I
2.12.20A1
6' PVC Watermain
I
i 0
I
1 LF
I
1 $:To.� /LF
i
I —
2.12.20B1
8' PVC Watermain
I
I 0
I
I LF
I �,
I $ �T-• /LF
I
I
I
2.12.20C1
10' PVC Watermain
I•
I 0
i
I LF
I
I $ 3v oo /LF
I
I -
1
16' Ductile Iron
I I
I
I
2.12.20DI
Watermain
I 0 1
LF
„4.
1 $ /LF
I " -
120"
Ductile iron
2.12.20E1
Watermain
I 0 I
LF
I $ yam• /LF
I
I
2.13A 16'
Gate Valve
I I
I 24 I
EA
I �Y
1 $ 3-5c /EA
I
I Y ✓moo."-
2.13B 1
8' Gate Valve
I 1 1
EA
1 $ Zvc> - /EA
I
c.
2.13C 1
10" Gate Valve
I 1 I
EA
1 $ /EA
I
2.13D 1
16' Gate Valve
I 4 1
EA
1$ 2/sc,4/EA
I.Cce,`"
I
2.13E 1
20" Gate Valve
I I
I 2 I
I
EA
I $ !F/5�1"'/EA
I
I io 3oe•.
I
2.13G 1
30" Gate Valve
I I
1 11 1
EA
I
I S /i "VEA
I
1 iJ d -7T,
2.13.2
I Air Release Valve I
3
I EA
I $ 15�,.'`/EA
2.14
I I
1 Fire Hydrants I
23
I
I EA
I I
i $ JTe�.- EA i
3Y Soo,
3-A
I I
I Remove Concrete Pavement I
60
I
I SY
I I
I $ /Z7, cr /SY
o
3-B
I I
I Remove Curb and Gutter I
100
i
1 LF
I I
1 $ .S `- /LF
i I
I
I I
Walks and Di
60
11 .. _'i�-
5.7B
I I
I Asphalt Patch - Type D I
300
I
I TON
1
i $
1
.�rz °` /TON I
Jy tixv. "-
5.8
I
I Concrete
Pavement I
60
I SY
i $
2`]. /SY I
I
i
I
I
s.1 I
7.4
I Concrete
Encasement I
50
I CY
I $
Y17 /CY I
'_' 3'75:
8.2A
I
I Concrete
I
Curb and Gutter 1
100
I I
1 LF 1
$
I
/Q. `"- /LF
8.3
t
1 Concrete
I
Driveways I
35
I
1 SY 1
I
$
I
2 7 /SY I
%ys.
P - 3
1986 CIP Utilities
Loop 288 Watermain (Continued)
WORE DAYS
BID NO. gfi43
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT
PRICE
TOTAL
8.3A
I Concrete Sidewalk 1
25
I SY
I $
.,21.1�
/SY
I G"13
SP-2
I I
I Sawcut Existing Concrete 1
200
I
1 LF
I
1 $
I
S, �'� /LF I
*SP-10
I I
I Rock Clause I
0
I
1 CY
I
I $
Sc
c /CY I
I
- �'-
SP-13
I 42"Bore and Casing 1
255
I LF
I $
15,4
`-/LFv4—
i�
I I I I I
I i I I I
I I I I I
*This item has unknown quantity - visit project site - provide unit price
I I I I I
I I I I I
I I I I I
I I I i I
I ALTERNATE BID I I I I
I I I I I
*2.13F 1 240 Gate Valve i 11 1 EA 1 $Ic,rsc"~/EA ) //'y -To
I I i I I
I I I I I
I I I i I
*This item shall include the 30"x24" reducers necessary to adapt these valves to the
I I I 1 1
30" Watermain. I I I I
I i I I I
I I I I I
I I I I I
I I I I I
I I I I I
I ADDENDUM RECEIVED I I I I
I I I i I
1 I I I I
I I I I I
I I I I I
I I I I I
I I I I I
I I I I I
I I I I I
I I I I I
P - 4
BID SUMMARY
TOTAL BID PRICE IN WORDS (
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond
for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to
insure and guarantee the work until final completion and
acceptance, and to guarantee payment for all lawful claims for
labor performed and materials furnished in the fulfillment of
the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with
the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as
correct and final.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
CONTRACTOR
BY
Street Address
City and State
Seal & Authorization
(If a Corporation)
'�2ic1--�
Telephone
P - 5
;TDELITY AND DEPOSIT COMPANY
:IDELITY AND DEPOSIT OF MARYLAND
HOME OFFICES; BCOMPANY
ALTIMORE, MD, 21203
BID BOND
K`VOW ALL MEN BY THESE PRESENTS:
That we. -DICKERSON CONSTRUCTION
--------------
(here insert the n:- COMPANY INC
- - - - -
ame an
--.--""--..."..-..".."_....- tladdress or Ie8a1 title of ❑ie Co _ _ntractoq
.-..-."_. _... _-. "- .""- _.-- -_._ .
.--_-_._._. -----------""
and..F_ _I_D_ ELITy - -SIT C 1S P -- " rincipa
air"i""" u1Q "�" the s-� "�F ��Baltimore, 1' thereinafter called the
under the la ,�s - "Principal"), of the State of \-Iar}'land, as SurcL�, ( Mart,land, ;
unto " corporation duh' or
_.CITY DENTON here;naftarc p u g ni ed
OF _ - called the
"S '---TX_-- re ') areheld a
.. _...-_.................
. Ulerc uuert tli� nenu' enJ adore„„r i,;-,,- _ _ nd firm) __ ybo
---...._._-..._......"........._.................... _.....-_ -.._- find
A ll utle or the UwnNp
.----- -.... ----------
r the sum of.-._..-.--FI-VF_.�E.RCEN2...G.AFA� ti&.T_.
r the payment of as Obligee, (hereinafter called the "
.r heirs, executors, a sum well and trul AMO UNT. BID--__ ___ administrators, Y to be made, ------Dollars o Obligee
successors and assigns, said Princi al i$- S.o--
6VHEREAS Jointly P and the said Suret G.ou
the Princi Y and several) Yr bind ourselves,
pal has submitted a bid for Y, firmly by these
CONSTRUCTION OF presents.
------ --------- _..-
---.......,_gQ77-TNCH" - IP UTILITIES LOOP 288
----------- -
ATER - . �. BID
LINE - -- --.........................-
---------------------------- ------...
------------------------..,._------------ -------------------
,tract-- - -
------------- _..
NOIV, THEREFORE, with the if the Obligee shall accept .led in Obligee in accordance with theft the bid of the Pr;nc;
contracthandr for filer contract documents with terms of such bid and
pal and the Principal shall enter into
of the failure of pro Payment of Tabor goo
and sWficient surer e such bond or °a}' to the Obli the Principal to enter ' and material furnished in y f°r the faith(ubonds as may be
d such tar gCe tl1e d, erence not tomto such contract and the Performance of
rk covered br amount for which the Obll c ed the grve such bo�d or bondtionsthereof, or in the
ysaidbid,thenthisobligationshall, 'nnpenaltyhereof behveen if the Principal
Kood faith the amount specified in said
ullandvoid'0therw e orreM.Int,n ullforceanPeform
;ned and sealed party to perform this - -_.---
day of ------------------"AUGUST
DICRERSON
_:_.. _,-- ....._.. .. CONSTRUCTION_ COM
G
Witness ncipa! A V
- - -- - N ALINr
-' Psi
PIDELITI' ANU DEPOSIT Title
❑ FIDELITY AND COMPANY OF NIAIZYLAND
DEPOSIT COMPANY
Surety
YOUNG
Witness--------
REGENIA pIZZO--- 'i'I-1
"e Imencon Lisdnne o[ (SEAL)
ATTOR `- AL �a .�-slo rcbrunry r9)�r��"feet:. NEY-IN_FACT Title
dinon.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/PY)
POLICY EXPIRATION
DATE IMM/DOM'I
LIABILITY LIMITS IN THOUSANDS
AGGREGATE
$
BODILY
INJURY
EACH
OCCURRENCE
$
GENERAL
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PROPERTY
DAMAGE
$
$
BI & PD
COMBINED
GG
`I'
2
$
PERSONAL INJURY
$
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV PASS I
AN
OTHER THAN) ALL OWNED AUTOS PRIV PASS
HIRED AUTOS
NON OWNED AUTOS
GARAGE LIABILITY
SKB 008873
9/1/86
9/1/87
BETTY
FLJRY
IPER PERSCNi
$
BODILY
IrBURY
(PER ACCIDENT,
$
PROPERTY
DAMAGE
$
BI a PD
COMBINED
$ 500,
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
BI & PD
COMBINED
$
$
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
STATUTORY
$ (EACH ACCIDENT)
$ (DISEASE -POLICY LIMIT)
$ (DISEASEEACHEMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Loop 288 Waterline - City of Denton, Texas
Additional Insured: City of Denton, 901-B Texas Street, Denton, Texas 76201
City of Denton
901-B Texas Street
Denton, Texas 76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS ITTEtSJOCJ0 CE IO �C�FIC 0L-0ER NAMED TO THE
LEFT, BUT FAILURE S C IC O' O OBLIGATION OR LIABILITY
OF ANY KIND UPO IT E PRESENTATIVE&
AUTHORIZED REfPPESENTATIVE
WILLIAM H.9:RATZ &ASSOCIATES, NC. nr
FAM
INSURANCE CERTIFICATE
1%'c C#�;
f�'ECEr 2 119E6
This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This
Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date
shall first occur.
This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement,
term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the
policies listed is subject to all the terms of such policies.
NAME AND ADDRESS OF CERTIFICATE HOLDER
EFFECTIVE DATE OF THIS CERTIFICATE
October 14, 1986
ISSUED AT
City of Denton
215 E.
McKinney
Sherman, Texas
Texas EmPLOYeRS
Denton, Texas 76201
InsuRance AssoClaTlon
Texas EmPLOYeRS
InoemnlTY company
EMPLOYeRS Ca SLIaLTY
- - company
NAME AND ADDRESS OF INSURED - - - -
--
EMPLOYeRS NaTIOnaL
-
In SLIRance Company
Dickerson
Construction
Co.,
Inc.
EmPLOYeRS CaSLIaLTY
CORPORaTIOn
P.O. BOX
181
EmPLOYeRS NaTIOnaL
Celina,
Texas
75009
InsuRance CORPOREATIon
EmPLOYeRS OF Texas
LLOYD'S
BY (Au orized Repr
nfoLive)
(Signed) YnZ
(Typed)
INSURANCE IN FORCE
Expnahon
Date
LIMITS OF
LIABILITY NOT LESS
THAN
STATE AND
LOCATION OF OPERATIONS
Each Perron
for Employee)
Each Aaident
ler Ocmneme)
Per PoRry
Kind Policy Number
Per Fish', Previaens
Item 1
r—sins a
Fully Complies
With Requirements
of
o o
Par, r
73073
Texas Workens' Compensation Law
Disease Only
Disease Only
u a
STATE OF TEXAS
Y o E
cavamge
$SOO,000
, 000
$500,000
$500,000
3
Part II
And Renewal
If Blank-
ank -.R.st
��Aaa
Thereof
See Heading
Item 2
Cove age
fully Complies With Requirements
o
Parr 1
N/A
of State Law
Disease Only
Disease Only
u a °
`o
-Y a
Covesge
3 w
Part II
AnTheof °I
See HeaIf ding
$100,000
$100,000
$500,000
Item 3
Bodily
$
$
$
p m g
Injury
827336*
XXXX
500, 000
Products Only
USA., ITS TERRITORIES OR
c o o -
Property
And Renewal
If Blank -
Combined
Sin
1$e Limit
POSSESSIONS AND CANADA
O u a
Damage
Thereof
See Heading
X X X
$
Item 4
y L
eadily
Injury
N/A
$
$
Not
Applicable
U.S.A. ITS TERRITORIES OR
a
POSSESSIONS AND CANADA
a' n o
-
Property
And Renewal
If Blank -
X X
Net
Damage
Thereof
See Heading
X
$
Apph%ble
Item S
$
$
Umbrella
654277
XXXX
1,000,0
0$ Limit
Liability
And Renewal
If Blank -
Thereof
See Heading
s XXXX
$
$
Item 6
$
$
$
And Renewal
If Blank -
Thereof
See Heading
$
$
$
REMARKS *Policy Includes Blanket Contractual, Products & Completed Operations
City of Denton is Additional Insured
For: Bid #9643 - Loop 288-30" Water Lints
TECO 17993 (4-1-84)
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF HARRIS ) (
KNOW ALL MEN BY THESE PRESENTS:
of the City of
BOND NUMBER: 612-9690
LEWIS D. DICKERSON AND
That DICKERSON CONSTRUCTION CO., INC.
CELINA
County of COLLIN , and State of TEXAS
as PRINCIPAL, and FIDELITY AND DEPOSIT COMPANY OF 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 THE CITY OF DENTON, TEXAS
as OWNER, in the penal sum of SIX HUNDRED SIXTEEN THOUSAND NINE HUNDRED EIGHTY FIVE
Dollars 3 616,985.00 ) 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 7th day of OCTOBE19 86, for the construction of
BID # 9643 - LOOP 288 30" WATERLINE P.O. # 75725
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 COLLIN 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
sealed this instrument this 17th day of OCTOBER , 19 86
LEWIS D. DICKERSON AND FIDELITY AND DEPOSIT
DICIMRSON CONSTRUCTION CO., INC. COMPANY OF MARYLAND
Principal
By
Lewis D. Dickerson
Title President
Address P.O. Box 131
Celina, TX 75009
Surety
signed and
Reg is Pizzo -
Title Attorney -in -Fact
Address William H. Ratz & Associates, Inc.
2925 Briarpark #150
Houston, TX 77042
(SEAL) (SEAL)
The..aame and address of the Resident Agent of Surety is:
WILLIAM H. RATZ & ASSOCIATES, INC.
2925 Briarpark #150, Houston, TX 77042
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
PAYMENT BOND
STATE OF TEXAS )i
COUNTY OF HARRIS X
BOND NUMBER: 612-9690
LEWIS D. DICKERSON AND
KNOW ALL MEN BY THESE PRESENTS: That DICK RSSON CONSTRUCTION CO., INC.
of the City of
County of COLLIN , and State of TEXAS _, as principal, and
FIDELITY AND DEPOSIT COMPANY OF MARYLANI)
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto _ CITY OF DENTON, TEXAS
OWNER, in the penal sum of
-51jH.UNDRED SIXTEEN THOUSAND
NINE HUNDRED EIGHTY FIVE _ Dollars (31616.985.00 )
for the payment whereof, the said Principal and Surety hind 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 7th day
of OC OBER
, 19 86
FOR CONSTRUCTION
OF BID# 9643
- LOOP 288 30" WATERLINE
P.O. # 75725
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, 3959, 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 17th day of OCTOBER 19 86
LEWIS D. DICKERSON AND
DICKERSON CONSTRUCTION CO
Principal
By i<. �49'"z
Lewis D. Dickerson
Title President
Address P.O. Box 131
Celina, TX 75009
FIDELITY AND DEPOSIT
INC. COMPANY OF MARYLAND
Surety
Regenia P
Title Attorney -in -Fact
Address William H. Ratz & Associates
2925 Briarpark #150
Houston, TX 77042
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
WILLIAM H. RATZ & ASSOCIATES, INC.
2925 Briarpark #150, Houston, TX 77042
0092b
MAINTENANCE BOND,
STATE OF TEXAS )C
COUNTY OF HARRIS )(
:_9%rjais . •.•1
LEWIS D. DICKERSON AND
DICIO;RSON CONSTRUCTION
KNOW ALL MEN BY THESE PRESENTS: THAT CO., INC.
as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
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 SIXTY ONE THOUSAND SIX HUNDRED
NINETY EIGHT DOLLARS AND FIFTY CENTS Dollars ( 61,698.50 ), 107 of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
LEWIS D. DICKERSON AND
WHEREAS, said DICKERSODT CONSTRUCTION CO., INC.
has this day entered into a written contract with the said City of Denton to build
and construct BID# 9643 — LOOP 288 30" WATERLINE P.O. # 75725
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 backfillin_g 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 sball be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of 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.
LEWIS D. DICKERSON AND
IN WITNESS WHEREOF the said DICKERSON CONSTRUCTION CO., INC.
as Contractor and Principal, has caused
these presents to be executed by FIDELITY AND DEPOSIT COMPANY OF MARYLAND
and the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as surety, has caused these presents to be executed by its Attorney -in -Fact
REGENLA PIZZO and the said Attorney -in -Fact has hereunto set his hand
this,71-h day of ()CTOBER , 1986 .
SURETY:
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Attorney -in -Fact
0093b
PRINCIPAL:
LEWIS D. DICKERSON AND
DICKERSON ONSTRUCTION CO., INC.
BY•
19B-2
Lewis D. Dickerson
President
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
a D FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES: BALTIMORE, MD.21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President,
and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect of the date thereof, do hereby nominate, constitute, and appoint WiI I ism H. Ratz, Maryanne
Wilson, Regenia Pizzo, Carole Kamman and Edward L. Moore, all of Houston, Texas,
EACH..............................................................................
t e tad lawful agent and Attorney -in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ... EXCEPT bonds on behalf
of Independent Executors, Community Survivors and Community Guardians............
execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of William H. Ratz, etal,
dated, May 26, 1983.
IN WITNESS WHEREOF, the said Vice -Presidents and Assistant Secretaries have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
21st ......... ........... da of..................T3R49X_ ...........................A.D. 19 U.........
COMPANY this ...........................s day
of
FIDELITY AND DEPOSIT COMPANY OF YLAND
SEAL n
Amistant Secretary Vt •lieudent
,,'' ^^ y^J n p FIDELITY AND
DEPOS COMPANY
SEAL .. W 1` G—B-...4 `�
................................. By...... ........... .. �.........................
Amismat Secretary a -President
STATE OF MARYLAND ) 9a:
CITY OF BALTIMORE
On this 21 s t l day of January , A D. 1985 , before the subscriber, a Notary Public of the State of Maryland, in and
for the City of Baltimore, duly commissioned end qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers
described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and bemg by me duly sworn,
severally and each for himsel(deposeth and saith, that they are the said officers of the Compames aforemid, and that the stale affi:ell to the preceding
instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and
subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the Cil of Baltimore the day and esr firer above
written. ��////j'
tra ......... ... +"�7'....... ..................
� NOL
i, a My commission expires ..July. -la ... 19860�§� ......................
�a,r o••
CERTIFICATE
1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power o(Attorney o(whmh the foregoing is a full, true and collect copy, is in full force and eRect on the
date of this cyertificate; and 1 do further ceeprtify that the Vice -Presidents who executed the said Power of Attorney were Vice -President, sppeeccial)
the Boards cANoCheFIDEL-in-Fact as Attorn
ITY AND DEPOSIT COMPANIYSection 2 o(the respective By -Laws of the FIDELIT�,
AND DEPOSIT COMPANY OFMARYLD and
Thin certd,cate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly ancelled and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY at a meeting duly called d held on the 2nd day of November. 1978
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or
hereafter, whenever appearing upon a certified copy of any Power of attorney issued by the Company, shall be valid and binding upon the Company
with the same force and effect as though manually affixed.'
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate sells of the said Companies, this .... ..................
day aL _OC7 .7 1986.. 19 _.. _.
rrYant Lary
-170-3613
FOR YOUR PROTECTION LOOK FOR THE F&D WATERMARK
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The President, or any Executive Vice -Presidents, or any of the Senior Vice -Presidents or Vice -Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr-
ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, and At-
tornies-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the
Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments
of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which
the business of the Company may require, and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY
"Article VI, Section 2. The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con-
currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents,
Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per-
sons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in-
struments and documents which the business of the Company may require, and to affix the seal of the Company thereto."
DATE October 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid #9650 C I P Utilities Section F-JOYCE, WII�DSCI2, BELL,
MINW, WESTWAY STREETS
RECOMMENDATION We recommend this bid be awarded to the low bidder Albenesius
Contractors for the total amount of $118,410 00
SUMMARY This bid was picked up and sent to some twenty or more Contractors
We received seven bids ranging from the low bid of $118,410 00 to
$278,391 00 Four of these bids were under $150,000 00 as shown
on the tabulation sheet Each of the bidders meet the bid require-
ments and specifications Mr Albenesius has been awarded several
contracts from the City prior to this one, and we have found him
to be a reliable Contractor This bid is for water lines on Joyce
Lane, Windsor Drive, Bell Avenue, Mingo Road and Westway Street
BACKGROUND Tabulation Sheet, Utility Board Minutes
PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED C I P Project
FISCAL Ii1PACT There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
fe John Marshall
tle Purchasing Agent
Approved
me J hn arshall
T1t1B, Purchasing Agent
1
1
7 a
1
I
i
1
I
x r
r 1
m
I
1
+
1
r
_
1
m
m
c) 1
1
a
a
m
rJ
x+
m i
mi,
a
a
n
W
1
G I
F
l
N
p
1
u I
m
y
1
) 1
)
�
�
rsn 1
Sf1
T
I
H 1
n
1
1
u 1
p I
3
I
I
I
I
I
I
I
I
I
I
I
I
1
7
S u
�
I
I
1
I
I
m
I
2
�
I
1
1
1
W
N
tN
w 1
I
m
s
1
l
S 1
c
V)
+CI
CO
4
A
4)
V
N
VI
N
r I
C. ;
O
SI
1
I
u2 m
m SJ
1
0
1
a
I
�)
I
I
I
1
1
1
t2o
1
r
1
1
C) D
�
ry.
m
CU
V I
I
IT I
Z I
-r IT
31
m
u
u
n
h
A I>
I
y Vt
1
1
N
I
W
G
A
A
�
CO
1
1
S
TT
m
1
N
JI
N
A
N
11
1
A!
1
m
r
MEMBERS PRESENI
SUI F PRESENT
MINUILS
PUBLIC U11Li11LS BOARD
September 24, 1986
Chairman Roland Laney, John Thompson, Edward
Loomes, Kenneth wady, Nancy Boyd, Lloyd
Harrell, R. E Nelson
John MCGrane, C David Ham, Ernie rullos,
Mark McDaniel, Glenn Jaspers
OiHIRS PRhSLNI David Guyot, Stanley
Littlefield
Service Center !raining Room 6 UU p m
Emergency Agenda Item
D OPENING HOR WATER L
Armbruster, Dr
to 11 30 p m
IMPROVEMENTS 10 1HE
Ham explained that his was an approved 1986 LIP project,
and that these improvements will reduce maintenance cost,
increase flow, and reduce distribution line loss Staft
recommends the low bid of Albenesius Contracting in the
amount of $118,410
Coomes moved to recommend to the City Council approval of
the low bid of Albenesius Contracting in the amount off
$118,41U Boyd second All ayes, no nays, motion carried
unanimously
rA
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 8 day of OCTOBER
A.D., 19 86, by and between THE CITY OF DENTON, TEXAS 901-B TEXAS STREET
DENG , TEXAS 76201 _
of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and LARRY ALBENESIUS DBA
ALBENESIUS CONTRACTING
P.O. BOX 1712 DENTON, TX 76202
(817) 382-3698
of the City of DENTON , County of
DENTON
and state of TEXAS , Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds 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# 9650 1986 C I-P. UTILITIES SECTION "E"
P.O. # 75726
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
0044b
CA-1
iaritten explanatory matter thereof, and the Specifications therefore, as
prepared by JERRY CLARK, ENGINEER. CITY OF DENTON, TEXAS
, 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.
ATTAS
l/
ATTEST:
AP OVF S TO FORM:
iffy Attorney
CA-2
0044b
(SEAL)
ALBENESIUS CONTRACTING
Party of the Second Part, CONTRACTOR
By ��W M—
TitleaARRY ALBENESIUS
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That Larry Albenesius dba
➢lhanPgJ,1g rnnrrarr;ng , of the City of nE,„}�„
County of Denton , and State of Texas
as PRINCIPAL, and Balboa Insurance Company
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the THE CITY OF DENTON, TEXAS
as OWNER, in the penal sum of ONE HUNDRED EIGHTEEN THOUSAND FOUR HUNDRED
TEN Dollars ($ 118,410.00 ) 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 8th day of October 19 86, for the construction of
BID # 650 1986C.I.P. Utilities -.ion "F"
P. O. #75726
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 28th day of October 19 86
LARRY ALBENESIUS DBA
ALBENESIUS CONTRACTING
Principal
By G
Larry A enesius, Owner
Title
Address Box 1712, Denton, TX. 76202
BALBOA INSURANCE COMPANY
I Surety
Deborah L. Dennis, Attorney-in=Fact
Title
Address 3601 West 77th St., Suite 143
Edina, MN. 55435
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
Steve Beal, Boley, Featherstone, Hussman & Beal Co.
701 LaMar. Wichita Falls, Texas 76301
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That Larry Albenesius dba
Albenesius Contracting of the City of Denton
,
County of Denton _, and State of Texas , as principal, and
Balboa Insurance Company
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON, TEXAS
, OWNER, in the penal sum of ONE HUNDRED EIGHTEEN THOUSAND
FOUR HUNDRED TEN Dollars ($ 118,410.00 )
for the payment whereof, the said Principal and Surety hind themselves and their
beirs, 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 8th day of October , 19 86
BID #9650 1986 C.I.P. Utilities Section "F"
P. O. #75726 _
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITTINESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this28th day of October , 1986
LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING BALBOA INSURANCE COMPANY
Principal
f
By
Larry A enesius, Owner
Title
Address Box 1712, Denton, TX. 76202
(SEAL)
Surety
Title
Deborah L. Dennis. Attorney=in-Fact_`
Address3601 West 77th St., Suite 143
Edina, MN. 55435
The name and address of the Resident Agent of Surety is:
Steve Beal, Boley, Featherstone, Hussman & Beal Co.
701 LaMar, Wichita Falls, Texas 76301
PB-4
0092b
(SEAL)
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: THAT Larry Albenesius
dba Albenesius Contracting as Principal, and Balboa Insurance Company
a Corporation authorized to do business in the State of
Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of ELEVEN THOUSAND EIGHT
HUNDRED FORTY ONE DOLLARS Dollars ( 11,841.00 10% of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said Larry Albenesius dba Albenesius Contracting
has this day entered into a written contract with the said City of Denton to build
and construct BID #9650 1986 C.I.P. Utilities Section "F"
P.O. #75726
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
NE-1
0093b
agreement to maintain
period of one (1) ye;
shall be null and vo
force and effect.
NOW, THEREFORE, if the said Contractor shall perform its
said construction and keep same in repair for the maintenance
as herein and said contract provided, then these presents
d and have no further effect; otherwise, to remain in full
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the said T.a YY�A�be e4l1lQ dba
as Contractor and Principal, has caused
t e ee presents to be executed by Larry Alb n
eslus
and the said Balboa Insurance Company
as surety, has caused these presents to be executed by its Attorney -in -Fact
Deborah L. Dennis and the said Attorney -in -Fact has hereunto set his hand
this 28th day of October , 19 86
SURETY:
BALBOA INSURANCES COMPANY
BY: C , lfjj/} !I Aj1a '
Deborah L. Dennis
Attorney -in -Fact
0093b
PRINCIPAL:
LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING
B
Larry hl enesius. Owner
t1B-z
BALBOA INSURANCE COMPANY
)749 MICIIIA SON DRIVi:. IRVINR. CAUFORNIA 42715 1606
GENERAL POWER OF ATTORNEY
KnowAH NIen by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organised and existing under the laws ofthe
State of Gdifornia, and having its principal office in Irvine, Orange County, California, does by these presents make, constitute and appoint
Robert E_-Flanders, Robert J._ Vogelpohl and Deborah L.- Dennis
Edina -- _ - _-. and State of minnEtsota .. .- -. its true and lawful Auorneytsl lit Fact. with full
power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver _ _.
52,000 000 - Any and All Bonds _ -.._-
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal ofthe
Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Atiorney(skin-Fact may do in the premises. Said
appfliniment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at it
n ring held on the 22nd day of March, 1962.
l'Be ItResolved. that the President, any Vice -President, any Secretary orally Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to
the ollowing provisions:
'Section f. Atiorner-in-Farr. Attomey-in-Fact may be given full power and authority for and in the name of and on behalfol'the Company. to
exe mte. acknowledge anddeliver. any and allbords, recognizances. contracts, agreements of indemnity and other conditional or.obligatory under-
takiigs and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instrioments soexecuted
by my such Attorney -in -Fact shall be binding upon the Company as if signed by the.President and sealed and attested by the Corporate
See etary."
'In Witness Whereof, Balboa Insurance Company has caused these presents to be signed by its ----- all its corporate seal to be hereto affixed this 2nd__ _ day of --July A.D., 19._86._. _.
�NS0ANq BALBOA INSURANCE COMPANY
��
OLgi
By r U
® yf K. R. Huckabay -- -
Sir e of California
Co Inty of Orange Feb.61 INS
fr •
n this ____ 2nd__day of--sT—f y . in the year �flb--._--. belirre me
__--.— �[TFU RptP_ G Robbins , a notary public, personally appeared
K R_ Hnnkabay , personally known tome to be the person who
ex uted the within instrument as __ Ili re Prasi dent- , on behalf of the corporation therein named and
ac owledged to me that the corporation executed it.
rF W AL y
P. GI, ROBBINS01"—�Ar
a►AIwtCOUNW P. G. Robbins Notary Public
w aww. I* ARa +. e«
1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the
01 ginal Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect.
And 1 do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the
fol owing resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March
19 Q. and that said resolut.on has not been amended or repealed:
RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, may be affixed
w rinted by facsimile toany certificate to a PowerofAttorney ofthis Corporation, and thatsuch printed facsimile signature and seal shall be valid
all I binding upon this Corporation."
VEN under my hand and the seal of said Company, at Irvine, California, this
October _--_-- , 19 66 _.
0
day of
aM1 - Secretary
CITY OF uLN'fON
INSURANCE MINIMUM RE(�UIREMEN'1S
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
work is completed and accepted by the City of Denton, owner,
minimum insurance coverage as follows:
1'YPE OF COVEitAUE LIMIT'S OF LIABILITY
I. WORKMEN'S COMPENSATION STATUTORY
II. COMPREHENSIVE GENERAL LIABILITY
Bodily Injury $300,000 $1,000,000
Each occurdnce Aggregate
Property Damage $IOU,000
Each accident
III. COMPREHENSIVE AUTOMOBILE LIABILITY
Bodily Injury $300,000 $1,000,000
Each person Each accident
Property Damage $100,000
Each accident
A. In addition to the insurance described above, the
Contractor shall obtain at his expense an OWNER'S
PROTECTIVE LIABILITY iNSUKANCE POLICY with the
following limits:
BODILY INJURY PROPEhT'Y DA?AUL
$30U,000 each person $100,000 each dccident
$300,000 each accident $i,000,UUO aggregate
Covering the work to be performed by the Contractor for
the City of Denton.
B. The contractor will furnish the Owner's Protective
Policy described above and execute the Certificate
described on the following page to the City of Denton
for its approval. Insurance must be accepted before
commencing any work under the contract to which this
insurance applies.
The City of Denton will be listed on all policies as an
additional named insured.
110399C
Q ®
_ ISSUE DATE (MM/DDM)
11/4/86-R
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
ELKHORN INSURANCE AGENCY, INC.
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
212 N . MAIN
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. 0. BOX 646
ELKHORN, NEBRASKA 68022
COMPANIES AFFORDING COVERAGE
COMPANY A NORTHERN INSURANCE COMPANY
LETTER
COMPANY B TRAVELERS INSURANCE CO.
LETTER
INSURED
COMPANY C
LETTER
LARRY ALBENESIUS CONTRACTING
P. 0. BOX 93
COMPANY
LETTER
JACKSON, NEBRASKA 68743
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES.
CO
LEFTTV
PE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWDONY)
POLICY EXPIRATION
DATE (MWWNY)
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
A
GENERAL
X
LIABILITY
COMPREHENSIVE FORM
GL-68555413
5/6/86
6/6/87
BODILY
INJURY
$
$
X
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PROPERTY
DAMAGE
$
$
X
X
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
COMBINED
$ 1,000
$ 1,000
X
X
X
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY
$ 1,000
X
A
AUTOMOBILE
LIABILITY
ANY AUTO
WAA-80364631
6/6/86
6/6/87
)DOILY
RY
R PE"
$
.
X
CRORY
INJURY
(PER uGCENB
$
ALL OWNED AUTOS (PRIV PASS)
ALL OWNED AUTOS (PRIV PASS) THAN)
HIRED AUTOS
NON OWNED AUTOS
,
X
PROPERTY
DAMAGE
$
j(
BI & PD
COMBINED
$ 1.000
GARAGE LIABILITY
EXCESS LIABILITY
UMBRELLA FORM
BI a PO
COMBINED
CC
$
$
OTHER THAN UMBRELLA FORM
B
WORKERS' COMPENSATION
6-UB-63OG869-8-86
5/6/86
6/6/87
STATUTORY '
$ 'Op(EACH ACCIDENT)
AND
$ 500 (DISEASE -POLICY LIMIT)
EMPLOYERS' LIABILITY
$ 100 (DISEASE -EACH EMPLOYEE)
OTHER
}
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITFMS
CERTIFICATE HOLDER SHALL BE ADDITIONAL INSURED AS RESPECTS WORK INSURED DOING FOR CERTIFICA
HOLDER NAMELY FOR BID NO. 9650 - 1986 C.I.P. UTILITIES SECTION I
SHOULDLily UF
901-B TEXAS STREET P RAIONNDESCRIBED POLICIES DATE THEREOF, THEISSU NG COMPANYWILLENDEAVOR TO
DENTON, TEXAS - 76201 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
ATTN: LLOYD HARRELL OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES.
CITY MANAGER AUTHORIZED REPRESENTATIVE
.1540L
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
1986 C. I. P. UTILITIES SECTION
81 D # 9650
APPROVED
I C• i 1986
IN
C11Y Of DEMON
DENTON, TEXAS 'a�n��G,DM.
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those
named herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully
examined the form of contract, Notice to Bidders, specifications
and the plans therein referred to, and has carefully examined
the locations, conditions, and classes of materials of the
proposed work and agrees that he will provide all the necessary
labor, machinery, tools, apparatus, and other items incidental
to construction, and will do all the work and furnish all the
materials called for in the contract and specifications in the
manner prescribed herein and according to the requirements of
the City as therein set forth.
It is understood that the following quantities of work to be
done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating bids.
It is agreed that the quantities of work to be done at unit
prices and material to be furnished may be increased or
diminished as may be considered necessary, in the opinion of the
City, to complete the work fully as planned and contemplated,
and that all quantities of work whether increased or decreased
are to be performed at the unit prices set forth below except as
provided for in the specifications.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the City, but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed in
full within the number of work days shown on the bid tabulation
sheet.
P-1
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the Owner, in the amount of five percent of
the total bid.
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as a payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. Owner reserves the right to reject any and all
bids. Owner may investigate the prior performance of bidder on
other contracts, either public or private, in evaluating bid
proposals. Should bidder alter, change, or qualify any
specification of the bid, Owner may automatically disqualify
bidder.
—The undersigned hereby proposes and agrees to perform all work
of whatever nature required, in strict accordance with the plans
and specifications, for the following sum or prices, to wit:
P-2
Joyce 8'
ITEM
Water Line
BID
DESCRIPTION
TABULATION SHEET
QUANTITY UNIT
UNIT
WUHA UAYS iu
BID NO. 9650
PO NO.
PRICE TOTAL
I
2.12.8-B I
Cast Iron Fittings
I
I 0
I
I LB
I
1 $ Nn(i
I
/LB I
I
2.12.20-BI
8' Water Line
I I
I 568 I
FT
I
I $/SOD
I
/FT Ilia. 2/� LSO
I
5.7-B I
Asphalt Patch Type D
I I
1 10 I
Ton
I
I $l ri DO
I
/Ton I
1
7.4 1
Concrete Encasement
I i
I 1.5 I
CY
1
1 $ 110
1
00 /CY I 1,To.LQ
I
I
I I
I I
I
I
I
I
I
SF_-10 I
Rock Clause
I I
I 0 I
CY
I
1$ D
I
60 /CY I
I
I I
I
I
P - 3
Windsor 8" Water Line
BID No. 9650
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
2.12.8-B
Cast Iron Fittings
0
LB
/LB
2.12.20-B
8" PVC Water Line
1,093
LF
/LF
2.13-A
6' Valves
2
Ea
/Ea
7oao
2.13-B
8' Valve
1
Ea
/Ea
0,04
2.14
6" Fire Hydrant
1
Ea
/Ea
2.16-A
3/4• Water Service
16
Ea
o/Ea
3-A
Remove Concrete Pavement
2
SY
/SY
3-B
Remove Curb and Gutter
8
LF
/LF
op.00
pi00
5.7-B
Asphalt Patch Type D
100
Ton
/Ton
5.8
Concrete Pavement
2
SY
/SY
7.4
Concrete Encasement
3
CY
t loo,C /CY
8.2-A
Concrete Curb and Gutter
8
LF
, /LF
SP-2
Sawcut (Exist. Concrete)
16
LF
/LF
SP-10
Rock Clause
0
CY
/CY
SP-14
Fire Hydrant Installation
1
Ea
/Ea
P - 4
Bell 12" Water Main
BID NO. 9650
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
2.12.8-B
Cast Iron Fittings
0
1 LB
I t 41AO /LB
2.12.20-D
12" PVC Water Line
314
LF
/LF
,0
2.13-A
6" Valve
1
Ea
0,00 /Ea
350.0C
2.14
6" Fire Hydrant
1
Ea
/ 0. 0,M/Ea
6 50.0
3-B
Remove Curb and Gutter
4
LF
b Atio /LF
00
5.7-B
Asphalt Patch Type D
25
Ton
e, /Ton
/ z2 ,OC
8.2-A
Concrete Curb and Gutter
4
LF
Too /LF
0.00
SP-2
Sawcut (Exist. Concrete)
4
LF
/LF
0.00
SP-10
Rock Clause
0
CY
00 /CY
P - 5
Mingo 8" Water Line
BID NO. 9RSn
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
2.12.8-B
Cast Iron Fittings
0
LB
/LB
2.12.20-B
8' PVC Water Line
1,753
LF
/LF
2.13-A
6" Valve
3
Ea
/Ea
2.13-3
S' Valve
2
Ea
or,, /Ea
2.14
6" Fire Hydrant
3
Ea
tqT,0,0p /Ea
Jc0.04
2.16-A
3/4" Water Service
3
Ea
/Ea
2.16-C
2" Water Service
1
Ea
/Ea
D0. 0
3-C
Remove Walks and Drives
12
SY
3. O /SY
5.7-B
Asphalt Patch Type D
5
Ton
/Ton
,
7.4
Concrete Encasement
1.5
1 CY
/CY
O O.00
8.3
Concrete Driveways
12
SY
/SY
SP-2
Sawcut (Exist. Concrete)
50
LF
t 07,fiej /LF
SP-10
Rock Clause
0
CY
6-0.0 /CY
ral
WORK DAYS 25
BID NO. 9650
Westway
8' Water Line
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY UNIT
UNIT PRICE TOTAL
I
2.12.8-B I
Cast Iron Fittings
I I
I 0 I LB
I I
I $ yn0 /LB I
I
2.12.20-B I
8" Water Line
I I
I 1,618 I LF
I I
I $ /LF I
I
I I
I I
2.13-B
I
18'
Valves
I
I 1
I
I Ea
i I
I $-' b 00 /Ea I y o 00
2.14
I
1 6"
Fire Hydrant
I
1 2
I
1 Ea
I I
I Sq.6A.an/Ea 1 / 0n/1. nn
2.16-A 13/4"
3-B I Remove Curb and Gutter 1 8 1 LF
5.7-B
I I
I Asphalt Patch Type D 1
120
I
I Ton
1
I $ lnS n
1
/Ton
0
7.4
I I
I Concrete Encasement I
1.5
I
I CY
I
I $/619,00
I
/CY I
�J�CJ.00
8.2-A
I I
I Concrete Curb and Gutter I
8
I I
I r.F
1 .19 .qi -.
I
/r.F I
.�//7 n.,
SP-2 I Sawcut (Exist. Concrete) 1 8 1 LF
I I I I I
I I I I i
I I I I I
P - 7
BALBOA INSURANCE COMPANY
620 Newport Center Drive, Newport Beach, CA 92660
KNOW ALL MEN BY THESE PRESENTS,
That we,
3
PROPOSAL BOND
dba Albenesius Contracting
as Principal, and the BALBOA INSURANCE COMPANY, a corporation under the laws of the State of California, as Surety,
are held and firmly bound unto City of Denton, Texas
(hereinafter called the obligee)
in the full and just sum of — — 5s of the amount bid — — — — — — — — — — — — — — — —
for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors or suc.
cessors, jointly and severally, firmly by these presents.
WHEREAS, the said PRINCIPAL has submitted the accompanying bid for 1986 CIP Utilities, Section F
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be
specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of
the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Provided, however, that if said
contract is not awarded within 60 days of the date of bid opening, this bond shall be void and of no force and effect.
Signed and Sealed this _ 18th
day of September
19 86,
LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING
Principal
By:
By '
BALBOA INSURANCE COMPANY
Deborah L. Dennisorney-In-Fact
LOOT R281
BID SUMMARY
TOTAL BID PRICE IN WORDS
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond
for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to
insure and guarantee the work until final completion and
acceptance, and to guarantee payment for all lawful claims for
labor performed and materials furnished in the fulfillment of
the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with
the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as
correct and final.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
R o. Box 1-7/,-2-
Street Address
QCnknn_, 7_&x2S %6_4b,Z_
City and State
Seal & Authorization
(If a Corporation) c?/V— 9677— 6�S
Telephone
yo a 2
BID SUMMARY SHEET
NUMBER OF
PROJECT NAME BID TOTAL WORK DAYS
1. Joyce Street Water Line
$ 7 D //,? 00
10
2. WinQsor Drive Water Line
$ 2:z '00
20
3. Bell Avenue Water Line
$ �, '7//, 00
10
4. Mingo Roaa Water Line
$ ��� 3a0, O-d
15
5. Westway Street Water Line
$ ,��,j ,-02., 0-0
25
6. Projects 1 Through 5
$ //� 1//Q, /tQ
80
These projects are to be bid together. Contractor
shall not
qualify any bid submitted. The
City of Denton reserves
the
right to award all or portions
of this package to
inaividual
—contractors.
DATE October 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid #9651 Participation Holbert/Wyatt Oversize Watermain
RECOMMENDATION We recommend this participation bid be awarded to the lowest
difference between a 16" watermain and the 8" watermain, of
$29,836 00
SUiMARY As there was some discussion about what size to be built and
the size required, the bid was divided into three parts
Bidding the cost of 16", 12" and 8" watermain, the low differ-
ence between the 8" required and the 16" oversize is the amount
considered The low amount is $29,836 00, this is for the
participation only
BACKGROUND Tabulation Sheet and Utility Board Recommendation
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Utility Department
FISCAL IMPACT There is no impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
meohn arsha11
itle Purchasing Agent
Approved
am John Marshall
Title, Purchasing Agent
-
y
m
-
I
c m -4 ao
I
ti
1
I ry
LM
m
n
I 1
�
1 � 1
1
1 1
1 I
T
m M m
S
r
I- -
I
r
I
m .-
m
m m
�ro
I m i
c Y+i
u
Al
xi
T-1
�
Q
-y
I I
IT
o
m
z
z
I I
a
m
m
T
I I
I 1
x
I 1
ti
I 1
I 1
O
z
I I
O
Q
Q
6
P
1 I
I
$
1 I
I
�
I I
$ CJ
m
C m
Loll
NQ
C
I .7�.1 I
I
t- Z1•J
Cl
I 1
n
I I
1 1
p
g n
.4
4L
ti
N
m 1
1 m 1
4) 31
y
m
m
Ln
i s i
s
N
-fJ
1 Ci 1
r1 r+ p
Ln
a
i i
o y�
DATE October 7, 1986
CITY COUNCIL AGENDA ITEM
RECE,�) 3 1�S6
TO MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM Lloyd Harrell, City Manager
i
SUBJECT CONSIDER BID OPENING, BID #9651, OVERSIZE WATER LINE-
8" fU 1611, HOLBhRT-WYATT AD14TION
RECOMMENDATION
The Public Utilities Board recommends to the City
Council approval of the lowest difference of $29,836
as the City's participation in the oversize water line
from 8" to 16"
SUMMARY
BACKGROUND
Bids were opened Sept 4, 1986, and the results are as
follows
City Part
16" WL 8" WL 1611- 8" WL
Dickerson Constn $67,516 00 $37,380 00 $29,836 00
Jay Mar Corp 7U,760 00 31,665 00 39,095 00
The Public Utilities Board recommends the approval of
the difference of $29,836 as the City's participation
The City Council approved August 5, 1986, the oversize
agreement from 8" to 16" with Holbert -Wyatt Addition --
the developer In order to serve the area containing
this development and future developments in the area,
a 16" water line is required The proposed water line
extends from west of Pockrus Road to and across
development frontage on I35E
PROGRAMS, GROUPS OR DEPARTMENTS AFFECTED
City of Denton Municipal Utilities, City of Denton,
Developers and the citizens
FISCAL SUMMARY
The fiscal impact is as follows
U231n 14
Consider Bid Opening, Bid #9651
Oversize Water Line--8" to 16"
Holbert -Wyatt Addition
Page 2
FY86 estimate as approved 8/5/86 $16,191 00
Actual difference per bids (this
request) $29,836 00
In FY 86, $500,000 has been budgeted for various
oversize water lines
Source of funds Water bonds- 623-008-0461-9138
Prepared by
r 4;41
C vavia ham
Assistant Director of Utilities
Water/Wastewater Divisions
Approved
E Nelson
Director of Utilities
Attachments
0231n 15
Bid Tabulation
Location map
PUB Minutes 9/27/86
Respectfully submitted
Lloyd Harrell
City Manager
01
HOP BERT-WYATT ADD'TION
'OFF SITE OVERSIZE WATER LINE 8' to 18'
MINUILS
PUBLIC U11LI1FLS BOARD
September 24, 1986
MEMBERS PRESENI Chairman Roland Laney, John Thompson, Edward
Coomes, Kenneth Prady, Nancy Boyd, Lloyd
Harrell, R E Nelson
SfAIF PRESENF John MCGrane, C David Ham, Ernie fullos,
Mark McDaniel, Glenn Jaspers
OTHERS PRESLNF David Guyot, Stanley Armbruster, Dr
Littlefield
Service Center Training Room 6 UO p m to 11 30 p m
Regular Agenda
CONSIDER BID UPENING,__BID 09651, OVERSIZE WAFER LINE AT fHE
Ham explained that the staft recommends approval of the
lowest difference of $29,836 as the City's participation in
the oversize water line
Boyd moved to recommend to the City Council approval of the
low bid of Dickerson Construction in the amount off
$29,836 Coomes second All ayes, no nays, motion carried
unanimously
DATE October 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid #9655 Painting Peach Street Water Tank
RECOMMENDATION We recommend this bid be awarded to the only bidder Don
Owen Painting Contractors, Inc in the amount of #35,500 00
SUtMiARY The painting of this tank was bid earlier and we received
only one bid, which was rejected by the staff We then
revised our specifications, selected nine prospective vendors
and sent the bid out We again received only one bid
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Water Production
FISCAL I1IPACT Budget Account #620-008-0460-8301
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
ATiam John Marshall
tl Purchasing Agent
Approved
Nane John Marshall
Tjt 0, Purchasing Agent
_
N
r
I
I Nv I
I
I I
I I
I
I qI I
I y I
I I
I I
I I
-!
ie
IT
Zt
4l
rl
.'it
r
s
I
I Zt I
I u I
I CJ I
I x I
I
I
I I
I
I
ti
_
I
I I
v
I a I
t11
Ut
4J1
-
o I
I
yt
I I
o
c
I I
I
1
I 6 I
T
1 m I
I a I
4Y
1 C) I
I CI 1
1 I
_ _
I
I
I < 1
I m I
I Y I
I G I
O 1
I � I
I I
I
Tb -?,00
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 9 day of OCTOBER _
A.D., 19 86 , by and between THE CITY OF DENTON, TEXAS 901- B TEXAS ST. _
DENTON, TEXAS 76201 _
of the County of DENTON and State of Texas, acting through _
LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and DON L. OWEN
DBA PAINTING CONTRACTORS. INC.
316 W. SIMONDS ROAD SEAGOVILLE, TEXAS 75159
(214) 222-8885
of the City of SEAGOVILLE , County of DALLAS
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:
RID# 9655 PAINTING, OF PEACH STRFFT WATFR TANK
P.O. # 75810
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 UTILITY DEPARTMENT, CITY OF DENTON, TEXAS
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
C—d//J/Y�/O�✓ CITY OF DENTON, TEXAS __
Party f the First Part 0
LLOYD V. HARRELL, CITY MANA"GER
(SEAL)
ATTEST:
0ct Yc -
lCt�,I:: �4 &
APPROVED TO FORM:
City -Attorney
0044b
PAINTING CONTRACTORS, INC.
Party of the Second Part, CONTRACTOR
By
Title DON L. OWEN
(SEAL)
CA-2 \
SPECIAL PROVISIONS
1. Scope: The work covered by this contract consists of sand blasting and
painting the entire exterior surfaces of the existing 360,000 gallon steel
elevated, "Peach Street" water tank with a two (2) color pattern, as shown
on the attached vicinity map.
2. Structural Repairs: Bidders are to inspect exterior areas as to repairs
I ncluding: ladders, handrails, grating, and etc. Bidder to detail items
in need of repair and quote dollar amount in item B of bid sheet.
3. Bidders' Knowledge of Condithtions: Prior to submission of a proposal,
bidders shall have made a orough examination of the site of the work and
a thorough examination of the specifications, and shall become informed as
to the nature of the work, labor conditions, and all other matters that
may affect the cost and time of completion of the work.
4. Award of Contract: The owner reserves the right to award the contract
based on its decision as to the best bid submitted. The owner reserves
the right to reject any and all bids.
5. Materials Furnished by Owner: The owner will furnish no materials. The
contractor shall furnish all materials, equipment, and etc.
6. Experience Record: The bidder shall have a satisfactory experience record
in this type of work for a period of at least three years. The owner
requests the bidder to submit his experience and a list of projects which
he has performed during the past three years with his Bid Proposal.
7. Contract Forms: The contract and bid bond forms are included in order
for you to be better informed as to the requirements.
8. Insurance: See insurance requirements on the attached sheet with a sample
certificate which is necessary to complete as part of the contract.
•obc Vl
TEM
DESCRIPTION
OUAN,
PRICE
AMOUNT
cx)
I.
Sand blasting and painting of the exterior
I
3 000
surface of an existing 360,000 gallon steel
3
elevated "Peach Street" water tank with a
3oOOoo
two—color pattern as shown on the drawings in
these specifications. Exterior surfaces in—
clude the outside surfaces of the tank, columns,
wet riser, balcony, handrails, wind bracing
between columns, etc.
2.
Structural repair to ladder and other metal.
j
parts if required. Replacement of screens,
etc.
on
�7
WS
v
Don L. Owen Paint Contractors
VQ
X Don Owen
' • 240--Z—. Lu nley
Mesqurt-e� TX -- 76013
TOTALS
We quote quote the above f.o.b. Denton, Texas. Shipment can be made in_Z!a_days from receipt of order. Terms net
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitues a contract.
P,o , 8o-�< 4 s7
K%Ilin9 Addreas
C'�o v/LG& , 7- A-, i S/5 �/
city state Zip
/-z/y-2-87 -50'�z7
p/� Itlpar �
ature /
Teloohona Title
INSURANCE CERTIFICATE
RECEIVED-OCT "i 1986
This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This
Certif lcate shell remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date
shall first occur.
This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement,
term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the
policies listed is subject to all the terms of such policies.
NAME AND ADDRESS OF CERTIFICATE HOLDER
EFFECTIVE DATE OF THIS CERTIFICATE
City of
Denton
ISSUED AT
901-B Texas
Street
Dallas. Texas
Denton, Texas 76201
Texas EmPLOYeRS
InsURance ASSOCIaTIon
ATTN: Purchasing
Division
Texas EmPLoveRS
InoemnI1TY company
SMPLOYeRS CaSUaLTY
company
NAME AND ADDRESS OF INSURED
-
-
ETTIPLOYeRS NSTIonaL
Ins URance company
Don L. Owen Painting
Contractor,
Inc.
EITIPLOYeRS Ca SUa LTY
316 W. Simonds Road
CORPORaTIon
Texas 75159
Eme N8TIOnaLSeagoville,
InsuRance
CoRPORISrIo n
EETIPLOYeRS OF Texas
LLOYD'S
BY
A¢ed Re se ot)
(Signed
(Typed)
William Arrin ton
DSM
INSURANCE IN FORCE
Expnalion
Dale
LIMITS OF
LIABILITY NOT LESS
THAN
I
STATE AND
LOCATION OF OPERATIONS
Eech P.nen
Lk, EnnP,
Each Acodent
ens
Pe, P.lisy
p, A......1.
Rind Paliry Number
I., --,
P.r Pehry Prevli
Item 1
Fully Complies With Requirements of
ti i
Texas Worken'
CompeneaHen
Law
c? m
STATE OF TEXAS
I
Disease Only
Meatier Only
o E 3v
A°Thereof a1
See Hleading
$100,000
$100,000
$500,000
Iter^ 2
Cevamge
Fully Compeie. With Requirements
6
Part 1
f $1.1. Law
d
VIII..a
Only
Disease Only
+, o d.
3 w
Cove,ega
Part11
AnThereof
See Heading
$100,000
$?00,000
$500,000
Item 3.
Bodily
s
s
$ C mb Tie
�nty
u 6 o
I^logy
511824
XXX
500 a 000
Pcls
U.S.A.. ITS TERRITORIES OR
c a EPOSSESSIONS
And Renewal
R Blank -
AND CANADA
Property
U
Dome,.
Therouf
See Heading
X X X
$ Single
$ Limit
Item 4Not
Injury
605491
$ 500 000
$ CombineC
Applicable
� U.S.A.. ITS TERRITORIES OR
a a JProperty
And Renewal
If Blank
bing a
NoI
POSSESSIONS AND CANADA
Damage
Thereof
Sae Heading
X X X
$ Limit
Applicable
fi
$1,000,000
$Limit
Excess
654117
3-5-87
of
Lability
following
of u
lerlying
r�imary coverage.
Liability
And Re. I
s«Blank-headin
sform
Item 6
$
$
$
And Renewal
If Blond
Thereof
See Heading
S
$
1 $
REMARKS
Workers Compensation certificate to follow under separate cover.
01/1120/rel
CERTIFICATE OF INSURANCE RECEIVED OCT 2 8 1930-
THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by
the company or companies shown below:
THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by
the policy of policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an
additional insured on the policy or policies referred to herein.
In the event of any material change in or cancellation of the policy or policies, the company or companies will mail ten (10)
days' written notice to the party to whom this certificate is addressed,
NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: October 23, 1986
r- REMARKS:
City of Denton Bid # 9655
901-B Texas St.
Denton, TX 76201
L Attn: John J. Marshall, C.P.M.
Purchasing Agent
NAME ANO ADDRESS OF INSURED:
Don L. Owen Painting Contractors, Inc.
316 W. Simonds Road, P.O. Box 457, Seagoville, Texas 75159
Insurance Company
Type of Insurance
Policy
Number
Effective
Date
Expiration
Date
LIMITS OF LIABILITY'
Workmen's Compensation
Statutory
and
To follow u
der separate
cover.
Employers Liability
Employers Liability Limits—$100,000
Comprehensive
Combined
General Liability
+ Single
Limit
s5O0,000 Each Occurrence
Aggregate Products
Included
S & Completed Operate
MMUREM
Employers Casualty
511824
3-5-86
3-5-87
Company
S x4t 1rYrhtW"0@
s Included Aggregate Operations
S Included Aggregate Protective
$ Included Aggregate Contractua
--
aggregate erooucts
S Included & Completed Operan
Comprehensive
om ne ng
MULANCIPMLimit
Employers Casualty
Automobile Liability"
$ xgpAkftf&x
Company
605491
3-5-86
3-5-87
8 Each Occurrence
XX1VVff&J0HM
$ tK2J=M=
Employers National
Umbrella
$1,000,000 Limit of
Insurance Company
Liability
654117
3-5-86
3-5-87
liability following
form of underlying
primary coverage.
*Absence of any appropriate entry means no such insurance is in force. NAME AND ADDRESS OF AGENCY :
*Covers all owned, non -owned or hired vehicles. Employers Insurance of
P. O. Box MOM �-
(214) 580-7938 01/1120/rel 1114 ,1 / (1g.11.i�fipl,'Arrington, DSM
fit
PHONE NU"mEP. OF AGENCY Authorized Hepresentabves or the Insurance Companies referred to abov
• :�ER`T Fi �A`T ,;r w
y f i
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
Perry W. Smith
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 152009
Irving, 75015-2009
COMPANIES AFFORDING COVERAGE i
{'Texas
RELCIt:. _ )
- Z TJ i J3�
COMPANY A
LETTER Twin City Fire Insurance Company
COMPANY
LETTER B
INSURED
COMPANY
LETTER C
Don L. Owen Painting Contractor, Inc.
& Patti-O-Painting
316 W. Simonds Rd.
COMPANY p
LETTER
Seagroville, Texas 75159
COMPANY 6
LETTER
IN
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
,.
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
TIONS OF SUCH POLICIES.
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
CO
LED
TYPE OF INSURANCE
POLICY NUMBER
PDUCr EFFECTIVE
DATE (MMODD^
rDucY ExrlMnoN
DATE (MMNU/rYI
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
GENERAL
LIABILITY
BODILY
COMPREHENSIVE FORM
INJURY
,V
$
$
PROPERTY
DAMAGE
$
$
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION 8 COLLAPSE HAZARD
PRODUCTS/COMPLETED DEFEAT IONS
CONTRACTUAL
BI& PD
COMBINED
CC
`P
$
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY
$
AUTOMOBILE
LIABILITY
KP4r
ANY AUTO
INJURY
IRE PERSO11)
$
ALL OWNED AUTOS (PRIV PASS)
ALL OWNED AUTOS OI HER THAN
PRIV PASS
Z
RwILY
INJURY
PYR ACCIDENT)
$
HIRED AUTOS
NON OWNED AUTOS
Tv
DAMAGE
DAMAGE
$
GARAGE LIABILITY
BIT 8 PD
COMBINED
$
-
EXCESS LIABILITY
UMBRELLA FORM
BI a PD
COMBINED
CC
$
$
OTHER THAN UMBRELLA FORM
WORKERS' COMPENSATION
STATUTORY
Is rnn (EACH ACCIDENT)
A
AND
EMPLOYERS' LIABILITY
71 WZ VD6709
7-5-86
]-5-$]
$ (DISEASE -POLICY LIMIT)
$ (DISEASEEACHEMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
State of Texas
City of Denton
901-B Texas Street
Denton, Texas 76201
Attn: Purchasing Division
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 'I (� DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, 19 FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
REPRESENTATIVE (
(f II��1.� �l�I I_tw
4 original bonds executed
Bond # 068157
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF Collin )
KNOW ALL MEN BY THESE PRESENTS:
316 W. Simonds , of the City of
That Don L. Mn Painting Contractors, Inc.
Seagoville
County of Dallas , and State of Texas
as PRINCIPAL, and International Fidelity Insurance Canpany 24 Camerce Street, Newark,
NJ 07102 , as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the THE CITY OF DENTON, TEXAS
as OWNER, in the penal sum of THIRTY FIVE THOUSAND FIVE HUNDRED AND NO CENTS
Dollars ($ 35,500.00 ) 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 9 day of October , 19 86, for the construction of
Painting Peach St. Water Tank
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the .Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder,
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 21st day of October 19 86
Don L. Owen Painting Contractors, Inc.
Principal
By f-
Dori L. Owen
Title President
Address
316 W. shunds
Seagoville, Texas 75159
International Fidelity Insurance Co.
Surety
Title Attorney -in -Fact
Address
24 Counerce Street
Newark, New Jersey 07102
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
Agents 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.
PB-2
0091b
4 original bonds executed
Bond // 068157
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF Collin )(
KNOW ALL MN BY THESE PRESENTS: That Don L. Owen Painting Contractors, Inc.
316 W. Simonds _ of the City of Seagoville
County of Dallas and State of Texas as principal, and
International Fidelity Insurance Company 24 Camrerce Street, Newark, NJ 07102
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 _ THIRTY FIVE THOUSAND
FIVE HUNDRED AND NO CENTS _ _Dollars ($ 35,500.00 )
fot the payment whereof, the said Principal and Surety hind 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 9th day of October , 19 86
Painting Peach Street Water Tank
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 21st day of October , 1986
Don L. Omen Painting Contractors, Inc.
Principal
By Don L. L. Owen
Title President
Address
315 W. Simonds
Seagoville, Texas 75159
( SEAL),
International Fidelity Insurance Co.
Surety
� 6,0 Uu"4
L. B. Whitworth
Title Attorney -in -Fact
Address
24 Carmrce Street
Newark, New Jersey 07102
The name and address of the Resident Agent of Surety is:
0092b
Agents Bond Connection Agency, Inc.
(SEAL)
101 E. Park Blvd. Suite 1021 Plano, Texas 75074
4 original bonds executed
MAINTENANCE BOND
STATE
OF
TEXAS
)(
COUNTY
OF
Collin
)(
KNOW ALL MEN BY THESE PRESENTS: THAT Don L. Mn Painting
Contractors, Inc. as Principal, and International Fidelity Insurance
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 THREE THOUSAND FIVE HUNDRED
AND FIFTY DOLLARS Dollars ( 3,550.00 ), 10% of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said Don L. Mn Painting Contractors, Inc.
has this day entered into a written contract with the said City of Denton to build
and construct Painting Peach St. Water Tank
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
-
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 Don L. Owen Painting Contractors, Inc.
as Contractor and Principal, has caused
these presents to be executed by
and the said International fidelity Insurance CuTpany
as surety, has caused these presents to be executed by its Attorney -in -Fact
L.B. Whitworth and the said Attorney -in -Fact has hereunto set his hand
this 21st day of October , 19 86 .
Internatio 1 id1eli; surance o.
BY: 1 . ittlia
. n wortF
Attorney -in -Fact
0093b
PRINCIPAL:
Don L. Owen Painting Contractors, Inc.
316 W. Simonds, Seagoville, Tx 75159
HB-2
•TEL. (20,1) 624.7200 POWER OF ATTORNEY
International Fidelity Insurance Company
HOME OFFICE: 24 COMMERCE STREET Ob8157
NEWARK, NEW JERSEY 07102 BOND NO.
KNOW ALL MEN BY .THESE PRESENTS: That International Fidelity Insurance Company, a corporation organized and existing under the
laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint
V.R. Damian, Jr., L.B. Whitworth, Jeanie Williams and Cheryl L. Humphrey,
Plano Texas
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature hereof, which are or may be allowed, required or permitted by law, statute, rule, regulation,
contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said International Fidelity
Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected
officers at its principal office.
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article 2, - Section 3, of the By-
laws adopted by the Board of Directors of International Fidelity Insurance Company at a meeting called and held on the 23rd day of December, 1968.
The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and,
(2) To remove, at any time, any such Attorney -in -fact and revoke the authority given.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a
meeting duly called and held on the 4th day of February, 1975 of which the following is a true excerpt:
Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon
the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in
the future with respect to any bond or undertaking to which it is attached.
IN TESTIMONY WHEREOF, International Fidelity Insurance Company has caused this instrument to be signed and
its corporate seal to be affixed by its authorized officer, this lst.
�\�EUTY INSG,p
� yyYOR ',1
OSEAL � day of May A.D. 1952
2 1904
a/ O
�1 �� tEas� STATE OF NEW JERSEY
,• County of Essex Executive Vice President
On this 1st . day of May 1982 ,, before me came the individual who executed the preceding instrument, to me personally
known, and, being by me duly sworn, said that he is the therein described and authorized officer of the International Fidelity Insurance Company;
that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by
order of the Board of Directors of said Company.
• ''���. A" • • Hqq •`•.. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal
• . 9 . at the City of Newark, New Jersey the day and year first above written.
4Q `NOTAtgy:10'1� ti v o
Notary Public
y My Commission Expires April 14, 1988
JV ; IE RSV CERTIFICATION
I, the undersigned officer of International Fidelity Insurance Company do hereby certify and that I have compared the foregoing copy of the
Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand this 21 St day of October 19 86
Assistant Secretary
DATE October 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid #9654 Janitorial Service
RECOMMENDATION We recommend this bid be awarded to the low bidder,
including all eleven locations, to Pedus, for the
yearly total amount of $109,176 00 Paid monthly
SUhMiARY This bid was first bid and received on August 26, 1986
but was rejected, because evidently some items were not
clearly understood and there were different interpreta-
tions, therefore a big difference in prices We re -bid
and received three bids as shown We will be furnishing
the paper goods as we have in the past The tabulation
shows the totals without the papergoods
BACKGROUND Tabulation Sheet (Item 1-11 totals underlined)
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Building Maintenance
FISCAL IMPACT
Budgeted item 1986-87
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
//Na o n Marshall
(/ Title Purchasing Agent
Approved
an TohiT Marshall
+I DIIn/'%zc,nn Anan+
o a
I
la 1
m
I
1
I
I
I
I
m
m
m x tJ"! � n� T
T a
T Tx.• i
m i
m r
S
a
r
n
o
I
I
9
I
I
I
1
I
I
1
I
n n
I
I
I
I
m
I
G I
= S
+
I
m I
x
O
1
9 1
C] Y
m
frrl
i
s i
a u]
G
1
1
4
O
j
I
O
I
I
I
I
G
6 O O � UI [.II GI V� ff UI I
I
O
O O O O O O O O O O O I
I
I
1
1
I
00
yJ
5A V L� r r 41 2 V I
< I
Z 1
T
I
I
_
O O O= 0
O
O O I
I
m
I
a 1
1
I
O 1
o 1
1
S I
I
I
I
I
I
I
9�7 -Z-00
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 9 day of OCTOBER _
A.D., 19 86 , by and between THE CITY OF DENTON 901-B TEXAS ST.
DENTON. TEXAS 76201
of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and _
PEDUS BUILDING SERVICES, INC. _
10529 OLYMPIC DRIVE DALLAS, TEXAS 75220 �^
(214) 350-6895
of the City of
DALLAS
, County of DALLAS
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# 9654 JANITORIAL SERVICES FOR THE FISCAL YEAR_12a -87 _-
P.O.# 75728 for $109 176.00
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 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
ft
written explanatory matter thereof, and the Specifications therefore, as
prepared by THE CITY OF DENTON, TEXAS
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
/ATTEST:
ATTEST:
r
APP VED AS TO FORM:
City Attorney
CA-2
0044b
THE CITY OF DENTON, TEXAS
'arty of ;fie First Part,
LLOYD V. HARRELL, CITY
(SEAL)
VAGER
PEDUS BUILDING SERVICES, INC.
Party of the c d art, CONTRACTOR
By iC
T tleDivis'on Manager
(SEAL)
BID 9UMBER yow t51U F KVFaV5AL5
Page 1 of 19
oM
DESCRIPTION
QUAN. •
PRICE
AMOUNT
FACILITY *PRICE EACH ITE11 BELOW SEPARATELY & LIST
HERE*
City Hall, 215 E. McKinney (minimum number of hours
per week (60) . (PIonday, Tuesday, i•:ednesday,
12 mo.
3,098.25
37,179.
Thursdav, Sunday)
Police Center, 221. 1% Elm (minimum number of hours
per week (56). (_'londav, Tuesday; Wednesdav,
Thursdav, Friday, Saturday, Sunday)
12 mo.
1,491.00
17,892.
Personnel/Data Processing Center, 324 E. :1cKinney
(ninirlun number of hours ner week (16).
("Iondav, Tuesday, Wednesda-, Thursdav, Fridav)
12 mo.
355.00
4,260.
Service Center, 961 Texas Street (minimum number of
hours ner week (43) . (tlonday, Tuesdarr, Wednesda.7
Thursday, Friday)
12 mo.
1,098.00
13,176.
Vehicle "aintenance Center, 804 Texas Street
(minimum number of hours per week (.1.5).
12 mo.
85.00
1,020.
(PIondav, Tuesday, Wednesdav, Thursdav, Friday)
Visual Arts Center, Bell & Hickory Avenue (minimum
number of hours ner week (22) . (Monday, Tuesday,
12 mo.
654. OC
7,848.
Wednesdav, Thursday, Friday)
Civic Center (dav time),.321 E. I4cKinnev (minimum
number of hours ner week (24) . (Monday, Tuesday,
12 mo.
827.00
9,924.
Wednesda17, Thursday, Fridav, Sunday)
Senior Center (day time), 509 Bell (minimum of
hours per week. (18) . (_Tlondav, Tuesday, Wednesday
12 mo.
347.00
4,164.
Thursdav, Friday, Sunda,r)
Denia Recreation Center (day time), 1001 Parvin
(rtininum number of hours ner week (24) .
12 mo.
647. OC
7,764.
(Monday, Tuesday, Wednesday, Thursday, Fridav_,
Sunday)
.
'Torth Lakes Recreation Center (day time), 2001 T•7.
Windsor (minimum number of hours ner week (16).
12 mo.
432.0
5,184.
Olondav, Tuesdav, Wednesda'r, Thursday, Sunda,)
.
Enc*ineerinq/Trarfic Control (minimum number of hour
ner week (3.0) . (Plondav, Tuesda-, T,ednesdav,
12 mo.
63.7
765.
Thursdav, Friday)
.
Paner goods (toilet paper, seat disnenser paver,
naner towels)
12 mo.
1,214.0
14,569.
TOTALS
12 mo.
10,312.Of
123,745.
We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitues a contract.
10529 OLYMPIC DRIVE
FMIIIne Addrw
PEDUS BUILDING SERVICES, INC.
aldmr
r
DALLAS, TEXAS 75220
City state Zip
21 4_'2rn_(,Rg5
Telepnone
Merrietta Freemaasnatur.
DIVISION MANAGER
Tine
BID_ . TMER 9654 BID PROPOSALS Page of
2 19
TEM
DESCRIPTION
QUAN.
PRICE
AMOUNT
TOTAL ANNUAL BID
5% Bid Bond or Certified Check in the amount of
$ 6,187.25 enclosed.
*TOTE: This contract will run from date of award
through Seotenber 30, 1987, with a one (1)
vear extension under the same terms,
conditions, price, etc., if agreeable with
both narties.
For on site inspection of facilities, contact
Bruce Henington, Civic Center (817) 566-8270, to
nake an appointment.
TOTALS
We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitues a contract.
DRIVE
Melling Address;
DALLAS, TEXAS 75220
City state zip
214-350-6895
THapnone
ERVI
Bidder
Signature
DIVISION MANAGER
Title
BILD NUMBER 9654 BID PROPOSALS
Page 2A of 19
The awarded contractor will comply to the following requirements. The
contractor will provide:
1) A list of employees (by name) who will work at the City of Denton.
2) Beside each name, list their auto insurance company if they will be
using their autos to transport paper goods, equipment, or other equipment
on City property, public streets, and roadways.
3) A list of supervisors' names, telephone numbers.
4) A nightly supervisor's report to the operation superintendent each day.
5) A weekly, monthly, quarterly, and annual job assignment schedule before
beginning the contract. Schedule form will be provided by the City.
6) A list of employees who will have keys/cards for entering buildings and
for what buildings.
The contractor should be aware that if the City chooses to provide paper
goods, the goods will be delivered to one central location (the Civic Center).
The contractor can check out paper goods as needed each day from that one
location. The Citv will be responsible for stocking only that one location.
The contractor should be aware that the quality of cleaning will be evaluated
(at least monthly) by several City employees. This evaluation will be sent
to the contractor and a City director through the Operations Division.
The contractor will totally maintain any City floor scrub machine if he or
she chooses to use that particular machine.
The contractor shall insure that daytime staff and supervisors can speak,
read, and write fluent english.
We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless
otherwise Indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitutes a contract.
10529 OLYMPIC DRIVE
Mailing Address
DAIIAS, TEXAS 75220
City state Zip
214-350-6895
PEDUS BUILDING SERVICES, INC.
Bidder ,
Signature '
DIVISION MANAGER
Title
.840,NUMBER OV�54 SPECIFICATIONS
Purchasing Department
City of Denton, Texas
Page 3 of 19
JANITORIAL SERVICES
BID WORK SHEET
(Please complete and submit with Bid)
Payroll for All Facilities
1. Productive Manhours
2. Leadman Manhours
3. operations Manager
Manhours
4. Paid Leave Manhours
5. Profit -Overhead
Wage
Manhours Rates Totals
x Wage Rate �— _
13_472 x Wage Rate $484 _ $16i.824.
11182 x Wage Rate $ 9.00 = $ 10,638.
x Wage Rate $ _ $
$ 4,586.
Total Payroll Manhours 19,986 Total Payroll Amount $ 87.009.
Eauipment and Supplies for All Facilities
1. Janitorial Supplies Cost $3800,
2. plastic Bag Liners Cost $ 3800.
3. Equipment Depreciation and Maintenance Cost $3800.
Total Equipment and Supplies Cost $11,400.
Subcontrac`inq Cost for All Facilities
1. Window Cleaning ($ 1,310. ) x 4 = $ 5240.
2. Carpet Cleaning (Annual $ 5577-
Total Bid for All Facilities $109,176.
BID NUMBER 9654 SPECIFICATIONS Page 4 of
Purchasing Department
City of Denton, Texas
JANITORIAL SERVICES
I. SUPPLIES & EQUIPMENT:
A. The successful bidder will agree to provide all
necessary cleaning supplies and equipment as may be
required to perform the cleaning assignments as
outlined in the bid specifications such as:
1. Equipment for floor care
2. Cleaning supplies
3. Custodial tools
4. Laundered material such as dust control mops and
uniforms
5. Safety devices
6. Plastic trash can liners
7. Paper towels/toilet paper
B. All such supplies and materials shall be of the highest
quality. No additional charges shall be made for these
items.
II. INSURANCE & TAXES:
The successful bidder will agree to:
A. Carry employer's insurance:
1. Workman's Compensation -Statutory Requirements
2. Comprehensive/General Liability
a. Bodily Injury $300,000
b. Property Damage $100,000
3. Comprehensive/Auto Liability
a. Bodily Injury $250,000
b. Property Damage $100,000
B. Make all necessary required federal, state, and local
reports, records, and payments in connection with
social security, unemployment insurance, and other
charges and taxes.
C. Withhold from payroll such amounts for insurance and
taxes as may be required by federal, state, or local
governments with respect to all persons employed by the
successful bidder in connection with the maintenance
and operation of the facility.
D. Promptly furnish the certificate of insurance upon
request.
19
-13W NUMBER 9654 SPECIFICATIONS Page 5 of 19
Purchasing Department
City of Denton, Texas
E. Cover employees connected with the maintenance of the
facility with a blanket fidelity bond in the amount of
$75,000.00
III. LENGTH 6 TERMINATION OF CONTRACT:
A. The City shall have the right to cancel all or any part
of this contract at any time on thirty (30) days written
notice.
B. The successful bidder shall have the right to cancel this
contract at any time on ninety (90) days written notice.
C. If this contract is not cancelled as herein provided, it
shall begin as of date of award, and terminate on
September 30, 1987. If both parties agree, the contract
may be extended for an additional one year period.
IV. SERVICE SPECIFICATIONS:
Cleaning standard shall be defined by the Building Service
Contractors Association as "Prestige Cleaning" for office
areas and "Adequate Cleaning" for service areas.
A. Nightly services for offices, reception areas, lobbies
and corridors. (Police Center shall receive 7 days per
week service.)
1. Sweep entrance of building including outside
steps and police immediate outside areas
2. Vacuum entrance mats
3. Clean all glass in doors and office partitions
inside and out
4. Dust mop all hard surface floors with treated
dust mops
5. Damp mop areas such as restrooms, coffee rooms,
kitchens, etc.
6. Vacuum carpets, spot clean as needed
7. Sweep all steps and landings
8. Empty all waste receptacles and place trash in
proper location
9. Empty and clean ashtrays
10. Properly dust all desks, chairs, cabinets, window
sills, etc.
11. Clean glass top desks, polish wood or plastic top
desks.
- w n8
��C®
_ ISSUE DATE (MMIDD/YY) p
10/14/86 fg
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
JOHNSON & HIGGINS
2029 CENTURY, PARK E.
COMPANIES AFFORDING COVERAGE
LOS ANGELES, CA 90067
COMPANY A ILLINOIS INSURANCE EXCHANGE
LETTER
TEL: (2131 552.8700
COMPANY B UNITED NATIONAL
LETTER
INSURED
LETTER C ALLIANZ INSURANCE CO.
PEDUS BUILDING SERVICES, INC.
3500 WEST FIRST ST.
LOS ANGELES, CA 90004
COMPANY p
LETTER
COMPANY E
LETTER
Attri: Ariri COO]C
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI.
TIONS OF SUCH POLICIES.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWOOM)
POLICY EXPIRATION
DATE (MWDOM)
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
A
B
GENERAL
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
A) DOL 04068
B) XTP 13823
3/1/86
3/1/86
3/1/87
3/1/87
BODILY
INJURY
$
$
X
PROPERTY
DAMAGE
$
$
X
COMBINED$
SOO
$ 1,SOO
X
X
X
INDEPENDENT CONTRACTORS
X
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY
$
X
C
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS WRIV PASS
ALL OWNED AUTOS (OTHER THAN)
PRIV PASS
BA 584 423
3/I/86
3/1/87
&OLX
RID9Y
FEETttnsoul
$
�IIY
(PER AMDRIO
$
PROPERTY
DAMAGE
$
IIIRED AUTOS
NONOWNEDAUTOS
BI B PO
COMBINED
$ 1,000
GARAGE LIABILITY
EXCESS LIABILITY
UMBRELLA FORM
BI 8
COMBINED
$
$
OIHER THAN UMBRELLA FORM
-
STATUTORY
,
WORKERS' COMPENSATION
$ (EACH ACCIDENT)
$ (DISEASE POLICY LIMIT)
AND
EMPLOYERS' LIABILITY
$ (DISEASE -EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONSILCA OTIONSNEHICLES/SPECIAL ITEMS
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- I
CITY OF DENTON EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO '
MAIL 30 DAYS FlIyyTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
215 E. McK INNEY LEFT. BUT FAILUR JAAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
DENTON , TX 76201 OF ANY KIND UP VVV _NHH COMPANY, ITS AGENTS OR REPRESENTATIVES.
!/yU,THORIZED R`E/ NT TIVE
DATE (MMIDDIYY)
C ®fC
PRODUCER
JOHNSON & HIGGINS
2029 CENTURY PARK E.
LOS ANGELES, CA 90067
TEL: (2131 552-8700
INSURED
Pedus Building Services, Inc.
3500 W. First Street
Los Angeles, CA 90004
THIS IS TO CER CITY THAT POLICIES (
NOTWITHSTANDING ANY REOUIREME
BE ISSUED OR MAY PERTAIN, THE IN'.
TONS OF SUCH POLICIES
CO TYPE OF INSURANCE
LED
GENERAL LIABILITY
COMPREHENSIVE `OHM
PHEMIS`SIOPEHATIONS
UNDERGROUND
FXPLOSION A COLLAPSE HAZARD
PRODUCISICOMPLE IED OPFRAIIONS
CON I RAC RIAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONALINJURY
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNFO AUTOS lPRIV PASS)
ALL OWNED AUTOS OTHER THAN)
RIV PASS
14IRFD AUTOS
NON-OWNLD AUTOS
GARAGE TAHII IN
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS' COMPENSATION
AND
EMPLOYERSLIABILITY
OTHER
FTnployee Dishonesty
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. !
COMPANIES AFFORDING COVERAGE
COMPANY A
IETTER Federal Insurance Co.
COMPANY B
LETTER
COMPANY
LETTER C
1
COMPANY D
LETTFR
COMPANY E
LETTER
F INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAT ED.
Nl, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
;URANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
POLICY EFFECTIVE
PDT Try EXPIRATION
LIABILITY LIMITS IN THOUSANDS
POLICY NUMBER
DATE (MMN A`H
DATE IMMMON I
FAGH AGGREGATE
OCCURRENCE
00DILY
i
INJURY
$
$
PROPERTY
DAMAGE
$
$
RI & PD
mm
`P
$
COM81NED
PERSONAL INJURY
$
8114-25-27
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS
City of Denton
215 E. McKinney
Denton, Texas 76201
R(CIY
14JUI0 1
IPFRUnWII) $
INARoror
Y
'PoIYn ATLIDUJI $
PROPERTY
DAMAGE $
RI B PD
COMBINED $
81 & P )
COIFF 1 W 1 $
STATUIORY
I$ f`nCH AGCIDCNU
$ IOISEASF-POLICY LIMIT)
$-- IOISEASE-EACIIFMPLOYEE).
10/12/86 110/12/87 I $75,000.00
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 15 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES
L
INSURANCE CERTIFICATE
Employers Insurance of Texa,
P. 0. Box 152M
Irving, Texas 75015.2009
This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This
Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date
shall first occur.
This certificate is not an Insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement,
term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the
policies listed is subject to all the terms of such policies.
NAME AND ADDRESS OF CERTIFICATE HOLDER
EFFECTIVE DATE OF THIS CERTIFICATE
ISSUED AT
City of Dallas
Dallas, Texas
901B Texas St.
Texas EmPLoYeRs
Denton, TX 76201
InsURance AssoClaTlon
Texas EmPLoYeRs
InoemnlTY company
EmPLOYeRS casuaLTY
company
NAME AND ADDRESS OF INSURED
EMPLOY@RS NaTIOnaL
InSURance company
Pedus Building Services,
Inc.
EmPLoYeRs casuaLTY
3500 W. First
St.
CORPORaTIon
Los Angeles,
CA 90004
EmPLoYeRs NaTlonaL
InsURance CORPORaTlon
EFTTPLOYeRS OF Texas
LLOY01S
'
BY
(Authorize epr alive)
(
I
W
(Typed)
William E. Arrington,
INSURANCE IN FORCE
Expiration
Data
LIMITS OF
LIABILITY NOT LESS THAN
t
STATE AND
LOCATION OF OPERATIONS
Each Prison
ter Employer)
I EaAaidrm
pr ch O'c sn<e) Per Policy
Or Aee,realr
Kind Policy Number
Per Pellry Previdem
Per Policy P,eviriens
Item 1
Covera a
Fully Compiles With Requirements of
Par' l
Texas Workers'
Compensation Law
05221
12-3-B6
Di.. Only
Disease only
y `
STATE OF TEXAS
°
E
3
C°ee
Par; fire
Part ll
AndRrmowa1 Thereof
Sae Hleading
$100,000
$100,000
1 $500,000
It.. R
Coverage
Fully Complies With Requirements
o
Par' I
of State Low
s
Disease Only
Disease Only
-E a a
3 w
Coverage
Parlll
And
hereof °I
If Blank -
See Heading
$100,000
$100,000
$500,000
Item 3
Bodily
$
S
$
a d u
o
Injury
Products Only
U.S.A. ITS TERRITORIES OR
Properly
n
u c
And Renewal
If Blank -
POSSESSIONS AND GNADA
O u n
Damage
Thereof
See Heading
x x x
$
$
Item 4
Bodily
$
$
Not
° y 2
Injury
Applicable
U.S.A. ITS TERRITORIES OR
POSSESSIONS AND GNADA
Property
Damage
_
x x X
$
Net
Appli<abla
a° u o
Zi
And Renewal
Thereof
II Blank -
See Heading
Item S
$
$
$
And Renewal
- If Blank -
Thereof
See Heading
$
$
$
Item 6
S
=
$
And Renewal
If Blank -
Thereof
See Heading
$
$
$
REMARKS
Excludes Masters and Members of the Crews of Vessels.
01/1120/jg
TECO 17993 (4-1-84)