HomeMy WebLinkAbout1986-1710923L
NO
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications 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
9632 Hasty Fowler $370,031 10
9644 Albenesius Contracting $ 67,520 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
PAGE ONE
Bid Proposals, and documents relating thereto specifying the
terms, conditions, plans and specifications, standards,
quantities and specified sums contained therein
SECTION IV
That upon acceptance and approval of the above competitive
bids and the execution of contracts for the public works and
improvements as authorized herein, the City Council hereby
authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this the 2nd day of September, 1986
K.AY__SWHENSj MAYOR
CITY VF DENTON, TEXAS
ATTEST
C A LO A LEN, I Y ECR ARY
C OF ENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
PAGE TWO
DATE September 2 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID119632 UNDERGROUND DUCT BANK SYSTEM
RECOMMENDATION
We recommend this bid be awarded to Hasty -Fowler Construction,
Inc as indicated by the Utility Department, as the low acceptable bid
for $370,031 10
SUMMARY This bid invitation was sent to over twenty prospective vendors
We received three bids ranging from $317,651 25 to $372,899 00 The
low bidder did take exception and included a rock clause at $30 00 per
yard removal and a limit of $21,000 00 utility relocation clause We
feel that with the old utilities of water, sewer, gas, telephone and
other utilities that could require an unknown extra cost to relocate
The rock is also an unknown The Utility Department feels that they
are safer going with a fully qualified bid
BACKGROUND Memo from Ernie Tullos and Robert Nelson
Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
FISCAL IMPACT
C I P Utilities
There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
ame o n J Marshall, C P M
Title Purchasing Agent
Approved
am n J Marshall, C P M
Title Purchasing Agent
TO
FROM
SUBJECT
DATE September 2, 1986
CITY COUNCIL AGENDA ITEM
MAYOR AND MEMBERS OF THE CITY COUNCIL
Lloyd V Harrell, City Manager
Bid #9632 - Downtown Square Underground Duct Bank
It is recommended by the Public Utility Board at the regular
meeting August 20, 1986, that the low bid by Hasty Fowler
Construction Incorporated in the amount of $370,031 10 be accepted
SUMMARY
Conversion of the overhead electric system on Pecan, Cedar, Walnut
and Austin are part of the Capital Improvement Program It is
intended to improve the appearance of the downtown area and
encourage renovation Three spare conduits have been included in
the duct system for future use by General Telephone Company and
Cable TV General Telephone has agreed to put this project in
their 1987 budget and will pay a pro rata of the cost of the
conduit excluding mahholes
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
General Public, Downtown Property Owners, Electric Utility
Department
FISCAL IMPACT
The entire underground project was originally estimated to be
$500,000 It was scheduled to be started in 1985 It was
anticipated to have the conduit system completed prior to 10/1/86
At this time CIP-87-ED-5A in the amount of $354,000 is scheduled in
the 1987-91 Capital Improvement Program
ft4Q,
BY
E s
Assistant Director of Utilities,
APPROVED
R E Nelson
Director of Utilities, Electric
Respectfully Submitted
Lloyd V Harrell
City Manager
Electric
ATTACNr4ENT I
CITY OF DENTON
M E M O R A N D U M
TO: Ennie Tullos, Assistant Director of Utilities, Electric
FROM Donald L McLaughlin, Senior Engineer
DATE August 15, 1986
SUBJECT: Bid 9632 - Underground Duct Bank
We recommend that the low bid by Hasty Fowler Construction Incorporated
for $370,031 10 be accepted The bid by Lewis Dickerson was rejected
due to exceptions taken by Dickerson to the contract
This bid only covers installation of 3100 feet of duct system around the
Downtown Square In addition to the duct system, the following will
need to be done
1 Primary electric distribution system needs to be installed
Estimated cost $250,000
2 Customer hookup to underground No estimate
3 Removal of overhead electric lines No estimate
/DLLMM bw
1
I � I
r
I
I
!
-
I
y
_ � I
I
N
I
I
I
1 I
4
S
9
1l
I
I
i R
J
I Y
f 4
I I
S
S -
x
I
i
u
z
c
� �
c
_
I r i I
r
t
I I
_
_
r_
�
^�
A
_
1
1
�
o
I -i i
Y
I
I :) I
_
S
_
I
S
J
1
7
I 1
I
`
IA
I
1
F1 C Y
0+ �-
U_1
N
T
I
/
13] L - -
-t 0.
!P
R
-
A4
1
1
S
v D �
a
_
u C
At
I
C
I
I
I
�
v
i r
i
ca
n
-
�>
W
Al
I
I 1
M
-
x 1
1 I
1 I
I
1
I
I 1
� I
c
r
r
1
i r
u
9
r
�-
r
w
Y
+
n
.e
M
_
I
I
I
1
c^ I
I
I
IT I
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF Denton §
THIS AGREEMENT, made and entered into this 3 day
Of CePtemher A.D., 19_a.6_, by and between
The Ci�t-v_of Denton
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 Hacty—Fnvler Constriverinn Tne
Ricky Fowler, President 501 Cactus Lane
of the City of San Anignln , County of
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# 9632 UNDERGROUND DUCT BANK SYSTEM $370,031.00
PURCHASE ORDER # 75071
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, ana in accordance with the plans, which includes all
maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, and the Specifications
therefore,as prepared by DENTON MUNICIPAL UTILITIES
DENTON, TEXAS
all of which are made a part hereof and collectively evidence
and constitute the entire contract.
CA - 1
s
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:
CITY OF DENTON
Party of the First Part, OWNER
ATT T:.
AP P V AS TO FORM:
City Attorn—il
HASTY -FOWLER CONSTRUCTION, INC.
Party of Second Part,
(Contractor)
EY
R,ICKYY�FOWLER, PRESIDENT
WITNESS
CA - 2
ISSUE DATE (MM/DDNY)
10-21-86
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.
AUSTIN SURPLUS LINES AGENCY, INC.
P. 0. 1921
COMPANIES AFFORDING COVERAGE
AUSTIN, TEXAS 78767
COMPANY A
LETTER SCOTTSDALE INSURANCE COMPANY
COMPANY
LETTER B
INSURED
COMPARNYLETTEC
CITY OF DENTON
901-B TEXAS ST.
DENTON, TEXAS 76201
COMPANY D
LETTER
ATTN: JOHN J. MARSHALL
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
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 DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES.
CO
LTP
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMNONY)
POLICY EXPIRATION
DATE (MWDDA'11
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
A
GENERAL
LIABILITY
COMPREHENSIVE FORM
BODILY
INJURY
$
$
PROPERTY
DAMAGE
$
$
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
COMBINED
$1, 000
$ 1,000
INDEPENDENT CONTRACTORS
GLS 083535
10-9-86
3-16-87
XX
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY
$
AUTOMOBILE
LIABILITY
ANY AUTO
EMILY
(PER P
IRO RRSON)
$
ALL OWNED AUTOS (PRIV. PASS)
OTHER THAN
ALL OWNED AUTOS PRIV PASS.
BOOLY
IN111AY
IRnDfHR
$
PROPERTY
DAMAGE
$
HIRED AUTOS
NON OWNED AUTOS
-_
91 6 Po
COMBINED
$
GARAGE LIABILITY
EXCESS LIABILITY
UMBRELLA FORM
COMBINED
$
$
OTHER THAN UMBRELLA FORM
STATUTORY
WORKERS' COMPENSATION
$ (EACH ACCIDENT)
AND
"
$ (DISEASE -POLICY LIMIT)
EMPLOYERS' LIABILITY
$ (DISEASEEACHEMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
CITY OF DENTON
901-B TEXAS ST.
OULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX -
RATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
AIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
DENTON TEXAS 762017['11]FT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILTTY
ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES.
ATTN: JOHN J. MARSHALLORIZED
REPRESENTATIVE
CIsR'1'IFICK1•I1, OR INSURANCE
THIS IS T'O CI?RTIFY Ural the following policies, subject to their terms, conditions and exclusions, have been issued by
the congrmly Or companies shown below:
'If HS CIA11IFICATE OP INS URANC F neither affirnraIively or negaIively amends, extends or alters the coverage afforded by
the policy or policies shown below, nor Is It all endorsenicrll Il raltllig till• person, lieu or cutporaiton at whose ietlucsi It is issued all
additional iusuled on the policy or policies refereed to hetein.
In file event of airy Material change in or cancellation of the policy or policies, the company or companies wilt mail fell (10)
days' written notice to the party to whmn this certificate is addressed,
NAME AND ADDMESS OF PAnTY TO WHOM CEnTIFICATE IS ISSUED DATE: 9-16-86
F --i REMARKS:
City of Denton Bid 11 9632
901-B Texas St.
Denton, TX 76201
I_ Attn: John J. Marshall, C.P.M.
Purchasing Agent
IJAh+E ANO ADDNESS OF INSURED:
Iticky Fowler dba ilasty—Fowler Construction Co.
501 Cactus Lane
San angelo, Texas 76903
_-- .--
insurance Company
Typo of Insurance
Policy
Number
Effective
Dale
Expiration
Date
LIMITS OF LIABILITY'
Workmen's Compensation
Statutory
and
Employers Liability
Employers Liability Limits—$100,000
Scottsdale Ins.
Company
Comprehensive
General Liability
GLS 055005
3-16-86
•
3-16-87
Bodily Injmy
$1 OOO 000 Each Occurrence_
1 OOO,OOOAggrageal, ndprs
$ , & Couipleled Operauo
BI 6 PD COMBINED
$1, OOO, OO(
Properly Damage
$ ,1,000,0014schOccurrence
y 1, 000, OOO Aggregate Opetallons
$1, 000, OOO/Ag9lcoale Protective_
'
l$1, DOO, OOOAgareyete Conuactual
r
00 OOO,sogreirale r',otlucrs
Is 000,
E a & Completed Operatic,
Landmark American
_
Comprehensive
Automobile Liability"GLA
2012997
3-16-86
3-16-87
Bodily Injury
E 100 Each Person
$ O3 0 Each Occurrence
Property Damage
$ 100 Each Occutrence
'A biprice of any opN oil riala en ry lie ans nn such insurance is in lotca.
"Covers all owned, nor .owned or hired vehicles.
HARE AND ADDRESS OF AGENCY :
AUSTIN SURPLUS LINES AGENCY, INC.
P.O. Box 1921
Austin, Texas 78767
512/476-7431
PnnrE Iflrlm EP OF AGPICY
CI-2
Aulhnrired Ifepresenlalrves of the Inswance Companies refereed to alloy
CERI'IPIGC('EOF IN3,1-IRANCE ltNCt,LIVLu 6LP 2 f¢ 1986-
THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, Imve been issued by
the company or companies shown below:
THIS CERTIFICATE 01' INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by
the policy or policies shown below, nor is it an endorsement making the person, f inn or corporation at whose request it is issued an
additional *insured on the policy or policies refereed to herein.
In the event of any material change in or cancellation of the policy or policies, the company or companies will mail tell (10)
days' written notice to the party to whom this certificate is addressed.
NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: 9-16-86
r —I REMARKS:
City of Denton
901-B Texas St.
Denton, TX 76201
Bid II 9632
I— Attn: John J. Marshall, C.P.M.
Purchasing Agent
NAME ANO ADDRESS OF INSURED:
Ricky Fowler dba Hasty -Fowler 'Construction Co.
501 Cactus Lane
San angelo, Texas 76903
-- ---
Insurance Company
Type of Insurance
Policy
Number
Et/active
Date
Expiration
Date
LIMITS OF LIABILITY'
Wausau Ins. Co
Workmen's Compensation
and
1617 00 09
3/20/86
3/20/87
Statutory
11000
Employers Liability
3159
Employers Liability Limits—$100,000
Comprehensive
Bodily Injury
Scottsdale Iris.
Company
�i
General Liability
GLS 055005
3-16-86
3-16-87
$ Each Occurrence
Aggregate Pmdurts
$ & Completed Opinauo
BI & PD COMBINED
Property Damage
$1, 000 , 00
$ Each Occurrence
$ Aggregate Operations
$ Aggregate Protective
--
$ Aggregate Contractual
.aggregate ✓roduetf
$ & Completed Operatio
Landmark American
Comprehensive
Automobile Liability"
GLA 2012997
3-16-86
3-16-87
Bodily Injury
$ 100 Each Person
$ 00 Each Occurrence
Property Damage
$ 100 Each Occurrence
'Absence of any appropriate entry means no such insurance is in torte.
'Covers all owned, non -owned or hired vehicles.
AUSTIN SURPLUS LINES AGENCY, INC.
P.O. Box 1921
Austin, Texas 78767
_ 512/476-7431 _
Pilonr InMBEP OF AGF!ICY
Cf.-2
Aulhorizerf HepreseulaHves of tire I",rance Companies referred to alloy
CERTIFICATE OF INSURANCE
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 aflorded by
(lie policy or policies shown below, nor is it an endorsement making the person, flint or corporation at whose request it is issued an
adddional'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
F —1
City of Denton Bid # 9632
901-B Texas St.
Denton, TX 76201
I— Attn: John J. Marshall, C.P.M. J
Purchasing Agent
NAmE AND ADuHESS OF INSURED:
Ricky Fowler DBA
501 Cactus Lane
San Angelo, Tx
DATE: 9 / 10 / 8 6
REMARKS:
Hasty —Fowler Construction Co.
76903
Insurance Company
Type of Insurance
Policy
Number
Effective
Date
Expiration
Date
LIMITS OF LIABILITY'
Wausau Ins.
Workmen's Compensation
o and
1617 00 093
3/20/86
3/20/87
Statutory 1.,000
Employers Liability
159
Employers Liability Limits—$100,000
Comprehensive
Bodily Injury
Scottsdale InSGjmeralLiability
GLS 055005
3/16/86
3/16./87
$ Each Occurrence
Aggregate Products
$ & Completed Operator
Property Damage
BI &PD
COMBINED
1,000,000
$ Each Occurrence
$ Aggregate Operations
$ Aggregate Protective
$ Aggregate Contractual
Aggregate t'loducts
$ & Completed Operator
Landmark Ame
Comprehensive
Anln,nobileLiability"
GLA 201299
3/16/86
3/16/87
Bodily Injury
$ 100 Each Person
$ 300 Each Occurrence
Ins. Co.
Properly Damage
I
$ 100 Each Occurrence
--
I
i
I
I
'Absence of any appropriate entry means no such insurance is in lorce.
'Covers all owned, non -owned or hired vehicles.
915-944-4212
PIIOOE IAMEP. OF AGENCY
Earl Coker Ins. Agency
2137 Office Park Dr.
San A 10, Tx 90
_ a _
Authorized Ilepresenlanves of the Insurance Companies relerred to ahoy
CITY OF DENTON, TEXAS
UNDERGROUND DUCT BANK SYSTEM
BID # 9632
ADDENDUM # 2
July 23, 1986
The following modifications, clarifications, additions, or deletions shall
be made to the appropriate sections of the plans and specifications and
shall become part of the Contract Documents.
SPECIFICATIONS
Material List Revision
The attached pink pages 9, 10, and 11 replace the yellow pages
material list page 9, 10, and 11 as originally sent. Bid
proposal information must be submitted on the pink pages marked
Addendum 2.
Bid Opening Date Change
This Bid # 9632 Underground Duct Bank System has been rescheduled
for opening at 2:00 p.m. AUGUST 14, 1986.
A copy of this ADDENDUM #2 must be signed and included with each copy of
the bid submitted.
END OF ADDENDUM #2
BY 2�4'; +,
Ricky -Fowler
TITLE president
BID PROPOSAL
BID FOR CONSTRUCTION CONTRACT
UNDERGROUND DUCT SYSTEM
City of Denton, Texas
901B Texas
Denton, Texas 76201
Attention: Mr. John Marshall, Purchasing Agent
BID NO. 9632
Proposal.For: Construction of Denton Downtown Square Plan
Gentlemen:
The undersigned bidder having read and examined the drawings,
specifications and related documents, having examined existing
improvements on the Denton Downtown Square, having examined existing
drawings of Denton Downtown Square improvements, utility maps and being
familiar with the availability of materials and labor and the various
construction techniques required, hereby propose to furnish labor,
materials, supplies and services, in accordance with the drawings and
specifications within the time period set forth below and at the prices
stated below. Bidder's covenants and obligations, including but not
limited to those outlined in the specifications, are hereby incorporated
as a part of this proposal.
The undersigned bidder hereby agrees to commence the work under this
contract on or before the tenth day following the date of execution of
owner's "Notice to Proceed," and to complete construction, adjustments,
testing, training placement in full operation all of the system
specified for Denton Downtown Square construction in accordance with the
following schedule:
For construction activities, including excavation construction of
underground and surface facilities, testing, backfill and restoration of
existing surface and subsurface improvements, the bidder agrees to
complete all work within the time period tabulated below:
SYSTEM
Days to completion
Following Date of Execution
Of Notice to Proceed
Underground power ducts,
Manholes, junction boxes, pull boxes,
switch/transformer pads, but not
including cables, transformers, switchers,
capacitor banks. 180 /Calendar Days
7
/ The individual bid proposal packages selected by owner for incorporation
into the work and meeting the owner's requirements as specified in the
drawings and specifications. Bidders shall show the amount for each bid
proposal package in words and figures, and in case of discrepancies, the
words shall govern:
BID PROPOSAL PACKAGE
Underground duct system as
described in parts
1, 2, 3, 4, 5, 6 and 7 for
City of Denton: Install-
ation of Duct Bank System
and materials on Cedar. Walnut,
Pecan and Austin Streets.
PRICE
$ 370,031.10
Three hundred-sevent
thousand, thirty-one
dollars, and ten cents.
Bidder agrees to add to or delete from the Bid Proposal Package or the
work under contract if the contract has been executed, any quantity of
work deemed necessary by the owner, subject to the terms of special
conditions:
Additions to or deletion from Bid Proposal Packages.
The owner shall have the option of:
1. Deleting from the "Total Bid Proposal Sum" the price for such bid
proposal packages, and the work for which they are proposed, as
deemed necessary by owner, but such deletions shall not exceed
twenty five percent (25%) of the "Total Bid Proposal Sum."
2. Deleting from or adding to the "Total Bid Proposal Sum" the prices
for portions of the work deemed necessary for addition to or
deletion from the work. The amount to be added to or deleted from
the "Total Bid Proposal Sum" shall be the product of the quantity
of work to be added or deleted, multiplied by the unit price
proposed for that type of work by the bidder in his bid proposal.
Deletions from the Total Bid Proposal sum shall not exceed twenty
five percent (25%) of the original Total Bid Proposal Sum.
UNIT PRICE OF MATERIALS:
ITEM NO. QUANTITY
UNIT PRICES ON ADDENDUM #2
UNIT UNIT PRICE
*"WE HAVE NO EXCEPTIONS OF CONFLICTS WITH THE CONTRACT
DOCUMENTS.
8
BID# 9632
ADDENDUM # 2
ITEM QUANTITY
1
2 9
MATERIAL LIST
DESCRIPTION
5 Precast reinforced concrete manholes, 6' wide
by 12' long with V -0 headroom, walls shall
be a minimum of 5" thick, top and bottom,
minimum of 6" thick. 4500 psi concrete grade
60 reinforcing for H-20 loading, on the
manhole located in the center of the top is
required.
The manhole opening shall be 32"dia., clear
opening. A 32". dia. x 24" high manhole
opening extension, and manhole ring and cover
shall be furnished with the manhole. The cover
shall be inscribed "ELECTRIC" and secured to
their frames with Neehah Type J - "T" Handle -
Bar -Lock.
The duct bank openings and cable pulling irons
shall be as located on PUED 226 Sketch A -A. The
pulling irons located in the wall shall be 1'-6"
above the floor.
The inserts for cable racks shall be as shown on
PUED 226 Sketch B-B. They shall be for
1/2" dia. x 13 thread bolts.
Special manhole for transformer and switch sites
UNIT
UNIT PRICE
The manhole opening shall be 32" diameter, clear
opening. Manhole ring and cover shall be furnished
with manhole. The cover shall be inscribed
"ELECTRIC" and secured to their frames with Neehah
Type J-"T" Handle -Bar -Lock.
Ea. 5,691.40
The duct bank opening and cable pulling irons shall
be as located on PUED 220.
The inserts for cable shall be as shown on PUED 226,
Sketch B-B. They shall be for 1/2" Diameter x 13
thread bolts.
Ea.6,919.90
E
BID # 9632 ADDENDUM # 2
ITEM QUANTITY DESCRIPTION UNIT PRICE
3 42,000' 4" I.D. PVC duct in 20' lengths for concrete L. F. 4.50
encasement. 'Duct wall thickness .082" belled
at one end to fit snugly over the duct connected
to it.
All ducts and fittings shall be tested in
accordance with ASTM F-512 latest publication.
4
,178
4" I.D., 48" radius 900sweep bends. ea.
10.75
28
4" I.D., 48" radius 30° bends.
5
2,000
4" I.D., plastic couplings to fit 90' bends and ea.
1.60
4" I.D., plastic pipe, wall thickness 0.082".
6
700
4" interlocking, base duct spacers, designed to ea.
2.50
provide 1" space between ducts.
7
28
4" interlocking, base duct spacers, designed to ea.
2.50
provide 3" space between ducts (use at entrance
to manholes).
8
2800
4" interlocking, intermediate duct spacers ea.
2.50
for 1" spacing.
9
112
4" interlocking, intermediate duct spacers for ea.
2.50
3" spacing (use at entrance to manhole).
10
200
Duct plugs for 4" I.D. ducts, (used in manhole duct
1.00
ends until concrete sets) (may be left in unused
ducts where they may become plugged or obstructed.)
11
50
Quart cans PVC pipe joint cement (per pipe suppliers
4.75
recommendations).
Note: It is suggested that Item 6 through 13 be
purchased from one supplier to assure
compatability of materials and fitting
together.
Carlon Utility Products Catalog, was used as a
reference for choosing Items 6 through 13.
They have an office and warehouse in Dallas, Texas, and
manufacturing facility in Oklahoma City.
12
540
Concrete - 3/8" aggregate, strength 2500# per sq. in.
cu.yd. 60.00
Cu. yds
and 7 to 8" slump (for duct bank),
(Est.)
10
BID# 9632
ADDENDUM # 2
ITEM QUANTITY DESCRIPTION
13 14 Precast reinforced concrete pullboxes, 2' Wide,
by 3' long with 3' - 0 headroom, walls shall be
a minimum of 6" thick. 4500 PST concrete grade
60 reinforcing for H-20 loading. The traffic
cover of the pullbox shall be 16 skips of design
wheel load. The traffic cover shall be marked
high voltage.
See Drawing #
14 14 Precast reinforced concrete pullboxes, same as
Item 16 except with 4'- 0 headroom.
15 1275' 1" Conduit in 20" Lengths.
16 15 1" ID 90' Sweep Bends
17 19 Hand hold for streetlights. Precast reinforced
concrete pull boxes, 12" wide, by 22" long with
12" headroom. H-20 loading cover to be marked
'Streetlight.'
18 155 6" 300# per square inch cap
Cu. Yd.
Estimated
19 28 6" expansion joints
UNIT PRICE
700.00
750.00
2.00
1.00
210.00
100.00
21.00
11
Bidder acknowledges Owner's right to select the Bid Proposal which, in
Owner's evaluation, provided the most satisfactory utility system
construction program. Bidder understands that time is of the essence in
Owners construction program and that Owner's evaluation of Bid Proposal
Prices, including time for completion of Work segments and similar
matters, shall be the sole criterion for Owner's selection of the Bidder
to whom the Contract is awarded, regardless of Price.
Bidder understands that Owner reserved the right to reject any or all
bids and to waive any informalities in the bidding. Bidder agrees that
this Bid shall be good and may not be withdrawn for a period of thirty
(30) calendar days following the scheduled closing time for receipt of
bids.
Bidder, upon receipt of written Notice of Acceptance of this Bid
proposal for "Denton Square" agrees to execute a Contract, of the form
contained herein, within fourteen (14) days and to deliver with the
executed Contract all surety Bond required.
The bid Security attached, in the sum of Eighteen thousand,
five hundred and one dollars and fifty-six cents.
($ 18,501.56 )
Shall become the property of the Owner in the event the contract and
Bonds are not executed and delivered within the time set forth above, as
liquidated damages for the additional expense and delay caused thereby
to the Owner.
The undersigned hereby declares that only the persons or firms
interested in the Proposal as principal or principals are named herein,
and that no other persons or firms than herein mentioned have any
interest in this Proposal or in the Contract Agreement to be entered
into; that this Proposal is made without connection with any other
person, company, or parties likewise submitting a bid or proposal; and
that it is in all respects for and in good faith, without collusion or
fraud.
Dated at 9:00 a.m. this 14th day of Aug. , 1986
Bidder Hasty -Fowler Construction Inc.
By 7 ''. , .- ,
r
Attest- /
�V ��+La ' V
Mar ,Sue Hasty Sec.
Business Address of Bidder 50 Cactus Lane�� 1
San Angelo, Texas 76901 ���`� �0
5°
State of incorporation Texas
�V— -
Address of Principal Office 501 Cactus Lane San -An Texas 76901
12
� 9
M
PAYMENT BOND
STATE OF TEXAS
COUNTY OF Tom Green §
KNOW.ALL MEN BY THESE PRESENTS: That Hasty -Fowler Construction
Inc. of the City of San Angelo
County of Tom Green , and the State of Texas
as Principal, and Fidelity & Deposit company
authorized under the laws of the State of Texas to act as
Surety on bonds for principals, are held and firmly bound unto
The City of Denton, Texas, in the penal sum of Three hundred Seventy Thousand
Thirty one and no/lOmollars ($ 370,031.00 ) for the payment whereof,
the said Principal and Surety bind themselves and their heirs,
administrators, executors, successors and assigns, jointly and
severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the City of Denton, dated the 3 day
of September 19, 86 , to which contract is hereby
referred to and made a part hereof as fully and to the same
extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying
labor and material to him or a subcontractor in the prosecution
of the work provided for in said contract, then this obligation
shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of 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.
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
Of September 19 86
PRINCIPAL
By Ricky Fowler
Title President
Address: 501 Cactus Lane
San Angelo, Texas 76903
instrument this 9th
SURETY
By Herbert R. Heard
Title Attorney -in -fact
Address: P.O. Box 1111
day
San Angelo, Texas 76902
The name and address of the Resident Agent of Surety is:
Fields Stewart Dolliver
San Angelo, Texas 76902
PB - 4
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
a D FIDELITY AND DEPOSIT COMPANY
Co"Wrlles 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 Robert L. Fields, Don
W.Stewart, Roger M. Dolliver, Herbert R. Heard, J. Marshall Huling, Walter N.
Rodgers and Marie Walters, all of San Angelo, Texas, EACH ......................
t e true and 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........J,�
n the 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 Robert L. Fields, etal,
dated, August 9, 1984.
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
COMPANY this...............19th....................................... day of ................ AuBWS.0................................ A.D. 19.85..........
ATTEST: FIDELITY AND DEPOSIT COMPANY O ARYLAND
SEAL�- c� 2�-e....c�- .............. By.........C.�........... _-u..........................
�� Aauatant Secretary V lFraaidsiit
- n FIDELITY A1tJ/) DE IT COMPANY
gEeLC -i !-W By ., ................. ........ �.................................
.......
f Asis"w Secretary Vioe-Pre"duit
STATE OF MARYLAND I at:
CITY OF BALTIMORE
On this 19th1 day of August . A.D. 19 85. before the subscriber, a Notary Public of the State of Maryland, in and
for the City of Baltimore, duly commissioned and 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 being by me duly sworn,
severally and each for himself deposeth and with, that they are the said officers of the Companies aforesaid, and that the sins affixed to the precedin6
instrument are the Corporate Seals of wild Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed an
subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto sat my hand and affixed my
- Of,
.d year .first above
written. ..........71N�
.........................
PuMc® . My commission expires .... j0y ... .A._1.986.....................
CERTIFICATE
1, the understi6 Auutani Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the
data of this ycertificate; and I do further ceeprrt�tify that the Vice-presidentp, who executed the said Power of Attorney were Vice-president, sppeecc all
authorized ANDDEPOSthe Board. of ITC COMPANY Directors to
and any
FIDELIn.FaetasTY AND DEPOSIT COMPANYovided in Article VI. $ection2of the respective By-Lws ofthe FIDELIT�,
This certificate may be signed by facsimile under and by authority of resolution, of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND it a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directorsof the FIDELITY AND
DEPOSIT COMPANY at a meeting duly tilled and held on the 2nd day of November. 1978
RESOLVED "That the facsimile or mechanically reproduced wInature of any Assistant Secretary of the Company. whether made heretofore or
hereafter, whenever appearing upon a certified copy of any Power oattorney 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,nd affixed the corporate saals of the sudfompanies. this 9th
day of September - ..., 19 ..8130111111111/
nuv.rtxi „i—168-6756
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."
PERFORMANCE BOND
STATE
OF
TEXAS §
COUNTY
OF
• Tom Green §
KNOW ALL MEN BY THESE PRESENTS: That Hasty -Fowler Construction
Inc. of the City of San Angelo
County Of Tom Green , and State Of Texas ,as
principal, and Fidelity & Deposit Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto The City of Denton. Texas , in the penal sum
Of Three Hundred Seventy Thousand Thirty one and n0/100----------- Dollars
(* 370,031.00 ) for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain written
contract with the City of Denton, dated the 3 day
Of September , 19 86 , to which contract is hereby
referred to and maae a part hereof as fully and to the same
extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform said
Contract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the
true intent and meaning of said Contract and the Plans and
Specifications hereto annexed, then this obligation shall be
void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended by the acts of the 56th Legislature, Regular
Session, 1959, and all liabilities on this bond shall be
determined in accordance with the provisions of said Article to
the same extent as if it were copied at length herein.
PB - 1
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms
of the contract, or to the work performed thereunder, or the
Plans, specifications, or drawings accompanying the same, shall
in anywise affect its obligation on this bond, and it does
hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract, or to the
work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this 9th day
of September 19 86
7
PRINCIPAL SURETY
By Ricky Fowler
Title President
Address: 501 Cactus Lane
San Angelo, Texas 76903
Herbert R. Heard
Lin
Title Attorney -in -fact
Address; P.O. Box 1111
San Angelo, Texas 76902
The name and address of the Resident Agent of Surety is:
Fields Stewart Dolliver
P.O. Box 1111
San Angelo, Texas 76902
PB - 2
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
WFIDELITY AND DEPOSIT COMPANY
Convariles 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 Robert L. Fields, Don
W.Stewart, Roger M. Dolliver, Herbert R. Heard, J. Marshall Huling, Walter N.
Rodgers and Marie Walters, all of San Angelo, Texas, EACH ................... :_L..._
t e true and 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, Communitv Survivors and Community Guardians .......... —
n the 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 Robert L. Fields, etal,
dated, August 9, 1984.
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
COMPANY this ............... 19th......................... .............. day of ................ A4l81 B-L................................A.D. 105...........
ATTEST: FIDELITY AND DEPOSIT
aEI,L (� �r g-� w B
_.............................................................. ,
•�� Assistant Secretary
FIDELI'
SEAL ^ I• , ('den
.....................................tl.....u...M................ B7
Asriamn/ Secretary
VscaPreadatt
STAIEOFMARYIaND ) as.
CITY OF BA" OR'
On this 19thl day of August . A.D. 19 85. before the subscriber, s Notary Public of the State of Maryland. in and
for the Ctty of Baltimore, duly commissioned and qualified, came the abovensmed Vi"Treudentsand Assistant Secretaries of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, tome personally known to be the individuals and officers
described beret. and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly horn,
severally and each for himself deposeth and mith, that they are the said officer& of the Companies aforesaid, and that the made affixed to the preeedin6
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 n and directionmof the said Corporations. Offion �,111
IN TESTIMONY WHEREOF, 1 have hereunto sat m hand and affixed m Off Gt f Ittmore t d year Grit above
written.
.... .... .. . .
aw Notary PuWtc
My commission expires .... July.. l.a._ 1986.....................
CERTIFICATE
1, the undersi66ned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing o a full, true and correct copy, tun full force and effect on the
date of this certificate; and 1 do further certify that the Vice -Presidents who execulad the said Power of Attorney were Vito -Pres,denis appeecccall
authorized by the Boards of Directors to ap%utany Attorney-in-Fact"Sovtded to Article VI. Section 2 of the respective By LAws of the FIDELA,
AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of raaolunona of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duty "lied and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY at meeting duly called and held on the 2nd day of November. 1978
RESOLVED"That the facsimile or mechanically reproduced *?nature of any Assistant Secretary of the Company, whether made heretofore or
hereafter, whenever appearing upon a certified copy of any yower oattorney issued by the Company, shall be valid and binding upon the Company
with the same force and effect sa though manually affixed.'
IN TESTIMONY WHEREOF,I have hereunto subscribed my nameand xedthe corporate malsof the mud Companies. this 9th
dfi
day of
September 19 _ 86
dmm t$rrrelan
1141%,T%. �.i—168-6756
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."
MAINTENANCE BOND
THE STATE OF TEXAS §
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF DENTON §
That Hasty -Fowler Construction Inc.
as Principal, and Fidelity & Denosit 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 Thirty seven thousand and no/100
($ 37,000.00 ), the said sum being ten (10%) percent of the
total amount of the hereinafter mentioned contract for the
Payment of which sum said principal and surety do hereby bind
themselves, their successors and assigns, jointly and severally.
This obligation is conditioned, however, that:
WHEREAS, the principal has entered into a written contract
with the said City of Denton to build and construct
Underground Duct Bank Systems
which contract and the plans and specifications therein
mentioned, adopted by the City of Denton, are filed with the
City Secretary of said City and are hereby expressly incor-
porated herein by reference and made a part hereof as though
the same were written and set out in full herein;
NOW, THEREFORE, if the Principal shall well, truly, an
faithfully maintain and keep in good repair the work contracted
to be done and performed for a period of one (1) year from the
date of acceptance in writing by the City of Denton and do all
necessary work and repair of any defective conditions growing
out of or arising from the improper work of the same, including,
but not limited to, any settling, breaking, cracking or other
MB - 1
defective condition of any of the work or part thereof arising
from improper excavation, backfilling, compacting or any other
cause or condition, known or unknown, at any time during the
period of this bond, which the city engineer, whose judgment
shall be final and conclusive, determines to be the result of
defective work, materials or labor; then this obligation shall
be void, otherwise to remain in full force and effect.
In case the said Principal shall fail to maintain, repair
or reconstruct any defective condition of the work as
determined herein, it is agreed that the City may do said work
and supply such materials as necessary and charge the sum
against the said Principal and Surety on this obligation.
It is further agreed that this obligation shall be
continued one against the Principal and Surety and that
successive recoveries may be had hereon for successive breaches
of the conditions herein provided until the full amount of this
bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue
throughout said maintenance period, and the same shall not be
changed, diminished, or in any manner affected from any cause
during said time.
Provided, further, that if legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in
duplicate, each one of which shall be deemed an original, this
the 9th day of September , A.D., 1986
SURETY PRINCIPAL
BY: Herbert R. Heard
Title
BY: Ricky Fowler
Title
Attorney -in -fact President
MB - 2
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
is 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 Robert L. Fields, Don
W.Stewart, Roger M. Dolliver, Herbert R. Heard, J. Marshall Huling, Walter N.
Rodgers and Marie Walters, all of San Angelo, Texas, EACH ......................
and 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........)
n the 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 Robert L. Fields, etal,
dated, August 9, 1984.
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
COMPANY this ............... 19th........................... I........... day of ............ ` -AWguS.L.- _..........................A.D. 19.0.....---
ATTEST: FIDELITY AND DEPOSIT COMPANY O , lA-R/Y/L(AANJD
SEAL ... �Q-t�t.t,s
— ..................... .....sy.-................
`••✓ Aswant Secretary JDEIT
'President
FIDELITY AlNY
C ....-----.... B ..........�-------.....I..-------........
y.. ........
) Aaaivant Secretary Via-Preaidmt
STATE OF MARYLAND l as:
CITY OF BALTIMORE
On this 19th1 day of August , A.D. 19 85 , before the subscriber, a Notary Public of the State of Maryland, in and
for the City of Baltimore, duly commissioned and 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 being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the emiss(fix to the preceding
instrument are the Corporate Seals of acid Companies, and that the mid Corporate Seals and their signatures as such officers were duly affixed and
subscribed to the mid instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, 1 have hereunto sot my hand and affixed my Off ' Cit f timore t d mr first above
written.
.... ...................��f` ..y/.a... ................................
sins / Notary Public
® My commission expires .... Ju1Y... 1.x... 1986.....................
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 of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the
date of this certificate; and I do further certify that the Vice. residents who executed the mid Power of Attorney were Vice -Presidents specially
authorized by the Boards of Directors to appoint any Anorney-in•Fact "provided in Article VI, Section 2 of the respective By-laws of the FIDELITY,
AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate 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 called 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 and 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 ap es ring upon a certified copy of any Power of attorney issued by the Company, shall be valid and binding upon the Company
with the some force and effect as though manually affixed.'
th
IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate male of the said Companies, this ...........
day of .... ... September.............. 19-_...._86 ,
............... .. ... ................ ...........
- Aasiyl nt Secretary
L14I%(TX)-0a-168-6756
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 an 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, recognizarces, 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 September 2, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID$9644 CIP UTILITIES AIRPORT ROAD
SANITARY SEWER
RECOIMIENDATION We recommend this bid be awarded to the low bidder, Albenesius
Contracting of Denton, Texas and Jackson, Nebraska The low bid price
is $67,520 00
SUMMARY This bid invitation was sent out to some 26 contractors
The bids were picked up by 25 contractors and suppliers and of that
we received 11 bids From a low of $67,520 00 to a high of $183,833 00
We feel this is a very good bid at $67,520 00 We have had Albenesius
Contracting complete several prior contracts for us and they have been
completed satisfactorily
BACKGROUND Staff recommendations to Public Utility Board
Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
This is a C I P budgeted program for 1986 b y
FISCAL IMPACT
There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
i Le�
me i J Marshall, C P M
Title Purchasing Agent
Approved
me J n J Marshall, C P M
itle, urehasing Agent
DATE August 2U, 1980
PUBLIC UTILITY BOARD EMERGENCY AGENDA ITEM
TO Chairman and Members of the Public Utilities Board
FROM R h Nelson, Director of Utilities
SUBJECT CONSIDER BID OPENING, BID #9644, 1986 CIP AIRPORT ROAD
Shwt;R LINE
RECOMMENDATION
The Utilities Staft recommends approval of the lowest bid
of Albenesius Contracting in the amount of $67,520
SUMMARY
The bids were opened August 19, 1980, ana the results are
as tollows
Albenesius Contracting, Denton, Tx
$ 67,520
00
Dickerson Constr , Celina, Tx
73,986
90
L h Deletka Inc , Plano, Tx
89,057
50
Texas Con Utility, Garland, Tx
90,494
2U
Bill Hazelwood Construction
92,207
92
Jay -mar Corporation
94,240
OU
Bar Construction
IU6,895
UO
C $ W Utilities Contracting
108,001
00
Lharmel Construction
lu9,U81
UO
Joe Benson
113,719
00
Calvert Paving, Denton, Tx
183,833
uO
the Staft recommends approval of the lowest qualified bia
of Albenesius Contracting in the amount of $b7,520
BACKGROuND
Tais is an approved 1986 CIF erolect Presentiv the
customers at the Airport are on Septic tanks the
proposed development (Master Plan) at the Airport and the
present unavailability of sewer in this area warrant the
need for this sewer line Urigtnally, when the sewer
line was proposed two (2) years ago, the routing had
called for only 2,000 L e of lu" sewer line based on
available intormation at that time However, when t�e
Airport caster Plan became available to this department,
it was wisely decided to change the routing to include
3,000 L e of 1U" and 12" pipe
OZU2n 19
It is projected that this sewer line will adequately take
care of proposed expansion and developments in this
area The budgeted amount of $46,000 was based on 2,000
L F. of 10" sewer line, wherein the lowest bid of $67,520
is for 3,000 L.F of IV and 12" sewer line
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
City of Denton Municipal Utilities, City Engineer,
Contractor, and Citizens
FISCAL IMPACT
*1986 CIP budgeted amount of $46,000 Recommended award
of lowest bid $67,520
Account Sewer Bond
624-008-0471-9130
*Please see background information
Prepared by
- 1. � L J4 , ' '-'. 0 � i
arini un aramoort y
Civil Engineer
Approved
Uavid team
Asst Director of Utilities
Wtr/tvW Division
Attachment I
II
U2U2n 20
Bid Tabulation
Location Map
Respectfulyy Submitted
X b Nelson
Director of Utilities
.4-
-PROJECT
LOCATION
i
� e
_
i
I
i
m
i �
m
I
I
1
1
$
lA
i
E
i
I A
GII
8
1
1
n 1
I
ym
O I�
V
T
T
�6y11
1
I
1
_
1
A
�
I
8
I
1 I
» „
„
m0
1 I
7-7
{ F I
I I
I ,
v
i
I 1
I I
N
I
�
I 9
N
I
O
I
I
I
_
A
7
m
I m
M
41
u
I p
1 9
S
i
a
M
O
V
O
Spm
= E
-t&-- 17/ / _,9K
CONTRACT AGREEMENT
STATE
OF
TEXAS §
COUNTY
OF
DENTON §
THIS AGREEMENT, made and entered into this 3 day
Of September A.D. , 1986 1 by and between
The Citv of D
of the County of DPntnn 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 Larry Alb_enesius dba Albenesius Contracting
P.O. Box 1712 Denton, Texas 76202
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:
B W 9644 - Purrhaca 0rder # 75069
CIP UTILITIES, AIRPORT ROAD SANITARY SEWER
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
written explanatory matter thereof, and the Specifications
therefore,as prepared by The City of Denton Engineering Staff
Jerry Clark, P.E.
all of which are made a part hereof and collectively evidence
and constitute the entire contract.
CA - 1
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:
r
City of Denton, Texas c�
Party of the First Part, 99NPD Par, y of -Second Part,
(Contractor)
By J"�
Lloyd-V. Harrell, City Ma ager
(SEAL)
ATTEST:
APP OVED AS TO FORM:
T
City Attorney
CA - 2
Bond No. TPI 619617
PERFORMANCE BOND
STATE OF TEA/ NEBRASKA §
COUNTY OF LANCASTER §
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 Transamerica Premier Insurance Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto The City of Denton, Texas , in the penal sum
of Sixty Seven Thousand Five Hundred Twenty Dollars
4 67,520.00 for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents,:
WHEREAS, the Principal has entered into a certain written
contract with the City of Denton, dated the I day
of September , 19 86 , to which contract is hereby
referred to and mace a part hereof as fully and to the same
extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform said
Contract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the
true intent and meaning of said Contract and the Plans and
Specifications hereto annexed, then this obligation shall be
void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended by the acts of the 56th Legislature, Regular
Session, 1959, and all liabilities on this bond shall be
determined in accordance with the provisions of said Article to
the same extent as if it were copied at length herein.
PB - 1
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms
of the contract, or to the work performed thereunder, or the
plans, specifications, or drawings accompanying the same, shall
in anywise affect its obligation on this bond, and it does
hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract, or to the
work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this 9th day
of September 1986
LARRY ALBENESIUS DBA
ALBENESIUS CONTRACTING
PRINCIPAL
By
Title La y Albenesius, Owner
Address:
•.VZOM
TRANSAMERICA PREMIER INSURANCE COMPANY
?/ SURETY
By
v
Title Robert T. Cirone, Attorney -in -Fact
Address•P. O. Box 82007, Lincoln, Nebr. 68501
The
name and address
of the
Resident Agent of Surety is:
Greg
Faulx, 1812 Durham,
Houston,
Texas 77077
PB - 2
Bond No. TPI 619617
PAYMENT BOND
STATE OF 1=XAS' NEBRASKA S
COUNTY OF Lancaster 5
KNOW ALL MEN BY THESE PRESENTS: That Larry Albenesius
dba Albenesius Contracting
of the City of Denton
County Of Denton , and the State Of Texas
as Principal, and Transamerica Premier Insurance Company
authorized under the laws of the State of Texas to act as
Surety on bonds for principals, are held and firmly bound unto
The City of Denton, Texas, in the penal sum of Sixty Seven Thousand
Five h.ndr d 6 TwentvDollars ($ 67,520.00 ) for the payment whereof,
the said Principal and Surety bind themselves and their heirs,
administrators, executors, successors and assigns, jointly and
severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the City of Denton, dated the 3 day
Of _ September 19, 86 , to which contract is hereby
referred to and made a part hereof as fully and to the same
extent as if copied at length herein. -
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying
labor and material to him or a subcontractor in the prosecution
of the work provided for in said contract, then this obligation
shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of 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 WITNESS WHEREOF, the said Principal and
signed and sealed this instrument this 9th
Of September 19 86
LARRY ALBENESIUS DBA
ALBENESIUS CONTRACTING
PRINCIPAL
By
Title La Albenesius, Owner
Address:
Surety have
day
TRANSAMERICAA PREMIER INSURANCE
INSURANCE COMPANY
U BY T.
TitleRobert T Cirone, Attorney -in -Fact
Address:
The name and aadress of the Resident Agent of Surety is:
Greg Faulx, 1812 Durham, Houston, Texas 77077
PB - 4
Bond No. TPI 619617
MAINTENANCE BOND
NEBRASKA
THE STATE OF /TjF14ASI §
Lancaster KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF A4�0iT,CV §
That Larry Albenesius dba Albenesius Contracting
as Principal, and Transamerica Premier 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 Six thousand Seven Hundred Fifty-
two and no/100-------------------------------------- Dollars
(* 6,752.00 ), the said sum being ten (10%) percent of the
total amount of the hereinafter mentioned contract for the
payment of which sum said principal and surety do hereby bind
themselves, their successors and assigns, jointly and severally.
This obligation is conditioned, however, that:
WHEREAS, the principal has entered into a written contract
with the said City of Denton to build and construct
BID# 9644 - CIP UTILITIES AIRPORT ROAD SANITARY SEWER
which contract and the plans and specifications therein
mentioned, adopted by the City of Denton, are filed with the
City Secretary of said City and are hereby expressly incor-
porated herein by reference and made a part hereof as though
the same were written and set out in full herein;
NOW, THEREFORE, if the Principal shall well, truly, an
faithfully maintain and keep in good repair the work contracted
to be done and performed for a period of one (1) year from the
date of acceptance in writing by the City of Denton and do all
necessary work and repair of any defective conditions growing
out of or arising from the improper work of the same, including,
but not limited to, any settling, breaking, cracking or other
MB - 1
defective condition of any of the work or part thereof arising
from improper excavation, backfilling, compacting or any other
cause or condition, known or unknown, at any time during the
period of this bond, which the city engineer, whose judgment
shall be final and conclusive, determines to be the result of
defective work, materials or labor; then this obligation shall
be void, otherwise to remain in full force and effect.
In case the said Principal shall fail to maintain, repair
or reconstruct any defective of the work as
determined herein, it is agreed that the City may do said work
and supply such materials as necessary and charge the sum
against the said Principal and Surety on this obligation.
condition
It is further agreed that this obligation shall be
continued one against the Principal and Surety and that
successive recoveries may be had hereon for successive breaches
of the conditions herein provided until the full amount of this
bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue
throughout said maintenance period, and the same shall not be
changed, diminished, or in any manner affected from any cause
during said time.
Provided, further, that if legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in
duplicate, each one of which shall be deemed an original, this
the 9th day of September , A.D., 19 86
SURETY
TRANSAMERICA PREMIER INSURANCE COMPANY
BY:
Title
Robert T. Cirone, Attorney -in -Fact
PRINCIPAL
LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING
BY:
Title
Larry Albenesius, Owner
MB - 2
Transamerica
Premier
ialnsuranceCompanyTransamerica Ad.nsaWi, Offi.[,.n
Insurance Services
GPANY _ 0039
Power or Attorney valid only it numbered in red.
General Power of Attorney
Know All Men by These Presents, That Transamerica Premier Insurance Company, a corporation duly organized and existing under the laws of the
State of California, and having its administrative office in Irvine, Orange County, California, does by these presents make, constitute and
appoint_— —_
ROBERT T. CIRONE
of__Lincoln ------------and State of --Nebraska its true
and lawful Attorneyjsj-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver
CONTRACT BONDS (S.B.A. Guarantee Agreement)=_ MAXIMUM PENALTY 250,000.O0
"THIS POWER OF ATTORNEY SHALL TERMINATE AND BE
OF NO FURTHER EFFECT AFTER DECEMBER 31, 1986"
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 of the
Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneyjsj-in-fact may do in the premises. Said
appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance
Company, at a meeting held on the 12th day of June, 1984.
"Be It Resolved, that the President, any Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and
authority to appoint any one or more suitable persons as Attomeyjsj-in-Fact to represent and act for and on behalf of the Company subject to the
following provisions:
"Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authorityfor and in the name of and on behalf of the Company, to execute,
acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or
obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments
so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate
Secretary."
In Witness Whereof, Transamerica Premier Insurance Company has caused these presents to be signed by its President
and its corporate seal to be hereto affixed this 9th day of
October AD., 19 85�_
State of California
ss.: �
County of Orange
9th ,..
executed the within instrument as
TRI
INCORPORATED By
JUIY 1,1941 t
of
it.
ei r,.; orrn:In� StHI.
-lOAiJ M. WYNN
N"TP.'Y PUIM. CAL'rOBNIA IL
'i OFFICE IN IL
tl!Y CObt!AL',°ION MIRES SEP. 18. 1987
October in the year 1985 ,before me
a notary public, personally appeared
personally known to me to be the person who
t on behalf of the corporation therein named and
Notary Public
I, the undr' a ginnedd Secretary of fransamerica Premier Insurance Company hereby certify that the above and foregoing is a full, true and correct copy of
the Original 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 I 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
following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company at a meeting duly called and held on the 12th
of June, 1984, and that said resolution 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 or printed by
facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding
upon this Corporation."
GIVEN under my hand and the seal of said Company, this_ _9th __ __ day of September
19 85
THIS POWER OF ATTORNEY EFFECTIVE ONLY IF
ATTACHED TO BOND NO. —
Secretary
30024 1 8-84
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLCY EFFECTIVE
DATE (MMIDONY)
POLICY EXPIRATION
DATE (MM/DW'Yl
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
q
GENERAL
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION 8 COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
GL-68555413
6/6/86
6/6/87
BODILY
INJURY
$
$
X
PROPERTY
DAMAGE
$
$
COMBINED
$ 1 , 000
$ 1,000
X
PERSONAL INJURY
$ 1,000
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV PASS) /
ALL OWNED AUTOS (OTHER THAN)
PRIV HIRED AUTOS /
NONOWNEDAUTOS
GARAGE LIABILITY
WAA-80364631
6/6/86
6/6/87
INJU
$
rDAMAGE
$
$
COMBINED
$ 1 , D 00
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
BI & PD
COMBINED
$
$
B
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
6-UB-63OG869-8-86
6/6/86
6/6/87
STATUTORY
$1 U U (EACH ACCIDENT)
$ 5 0 0 (DISEASEPOLICYLIMIT)
$ 100 (DISEASEEACHEMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
CERTIFICATE HOLDER SHALL BE ADDITIONAL INSURED AS RESPECTS WORK INSURED DOIN
FOR CERTIFICATE HOLDER NAMELY PROJECT 1986 C.I.P. UTILITIES - AIRPORT ROAD
CITY OF DENTON, TEXAS
901-B TEXAS STREET
DENTON, TEXAS - 76201
ATTN: JOHN J. MARSHALL
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
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
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
C.P.M. PURCHASING AGENT
ELKHORL INSURANCE AGENCY, INC.
? 1 2 1. GA1D
L, uJX 646
KKORL, NEBRASKA 68022
40.189-3121
CITY CF OFNION, TEXAS
9U1-3 jEXAS STREET
DENTON, IEXAS - 76201
ATTk: JOHN J. MARSHALL
C.P.M. PURCHASING AGENT
X
10
MARYLAND CASUALLY COMPANY
SEPT 10 26
OCl_ 10 Ju
X OWNER'S PROTECTIVE LIABILITY
300,000 Cun
100_ouu 1_uu.._nO
?ROJELT 1986 C.I.P. UTILITIES AIRPORT ROAD SANITARY SEWER, DENTON, TQrs .
3ID 10,9644 - JOB AMOUNT S67,000.
DINDER SSUED PENDING ISSUANCE OF POLICY NO. LC-54095306
CONTRACICR:
LARRY ALDEHESIUS CONTRACTING
0. BOX 93
JACKSO', NEBRASKA 6BY43
e
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
Without limiting any of the other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the work is completed and accepted by the City of Denton,
Owner, minimum insurance coverage as follows:
TYPE OF COVERAGE LIMITS OF LIABILITY
I. WORKMEN'S COMPENSATION STATUTORY
II. COMPREHENSIVE GENERAL LIABILITY
Bodily Injury $300,000 $1,000,000
Each occurrence Aggregate
Property Damage $100,000
Each accident
III. COMPREHENSIVE AUTOMOBILE LIABILITY
Bodily Injury
Property Damage
$300,000
Each person
$100,000
Each accident
$1,000,000
Each accident
A. In adaition to the insurance described above, the
Contractor shall obtain at his expense an OWNER'S
PROTECTIVE LIABILITY INSURANCE POLICY with the following
limits:
BODILY INJURY
$300,000 each person
$300,000 each accident
PROPERTY DAMAGE
$100,000 each accident
$1,000,000 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.
NOTE: INSURANCE MUST be provided as stated above
0045i or contract cannot be accepted. John J. Marshall
CI — 1
CERT117ICATE OF INSURANCE
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 or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it Is issued an
addilional'insured on the policy or policies refereed to herein.
In the event of any material change in or cancellation of the policy or policies, the company or companies wilTmail tell (10)
days' written notice to the party to whom this certificate is addressed.
NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE:
7 REMARKS:
City of Denton Bid # 9644
901-B Texas St.
Denton, TX 76201
Attn: John J. Marshall, C.P.M. J
Purchasing Agent
hiAlviE AND ADDRESS OF INSURED:
Insurance Company
Type of Insurance
Policy
Number
Effective
Date
Expiration
Date
LIMITS OF LIABILITY -
Workmen's Compensation
Statutory
and
Employers Liability
Employers Liability Limits—$100,000
Comprehensive
Bodily Injury
General Liability
$ Each Occurrence
Aggregate Products
$ & Completed Operatic
Property Damage
$ Each Occurrence
$ Aggregate Operations
$ Aggregate Protective
$ Aggregate Contractual
Aggregate ✓roducts
$ & Completed Operano
Comprehensive
Bodily Injury
Automobile Liability"
$ Each Person
$ Each Occurrence
Property Damage
$ Each Occurrence
i
'Absence of any appropriate entry means no such insurance is to force. NAME Anti wuxeaa tie
'-Covers all owned, non -owned or hired vehicles.
PIPPIR INMHER OF AGENCY
Cf-2
Authorized Representatives of the Insurance Companies referred to abovr
BID #9644
PROPOSAL
M
THE CITY OF DENTON, TEXAS
For the Construction of
1986 C.I.P. UTILITIES AIRPORT ROAD SANITARY SEWER
IN
DENTON, TEXAS
The unaersignea, 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 unaerstood that the following quantities of work to be
done at unit prices are approximate only, and are intendea
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 providea 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 aeletion of work so ordered.
P - 1
It is understood and agreed that the work is to be completed in
full within forty (40) 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:
WSJ
WORK DAYS 40
1986 C.I.P.- Utilities Airport Road BID NO. 9644
Sanitary Sewer PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
1 10" PVC Sanitary i I I I
2.12.14—A I Sewer Pipe I 1,255 1 FT 1 $ 13, an /FT
1 12" PVC Sanitary I I I I
2.12.14-BI Sewer Pipe I 2,591 I FT I $ 1,V in /FT 13�, a7yIM
I I I I i
8.3-A
I Concrete Sidewalk
I 2
1 SY
1 $ 45;00
/SY I '40,00
I
SP-2
I
I Saw Cut
I
I 8
I
i FT
I
I $ a, nn
/FT I %/o. 00
I I I I I
SP-6 I Break into Exist. Manholel 1 I EA I $�?oo.cc /EA I ci0o,00
I I I I I
SP-10 I Rock Excavation I 0 I CY 1$ To. cc /CY 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 I
I
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
P - 3
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
Street Address
,upnLm. /PxQ.S %6ao0 .
City and state
Seal & Authorization /
( If a corporation) �a/y 95-7- 6 Vil
T leph ne
(917) 3U2 — Acm
P - 4