HomeMy WebLinkAbout1986-0020913L
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
9551
9551
Aspects, Inc
Business Essentials
89,298
18,050
88
33
9556
North Counties Communications
75,000
1
00
9557
Dickerson Construction
344,511
14
9558
Calvert Paving Company
31,000
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
PAGE ONE
contracts are made in accordance with the Notice to Bidders and
Bid Proposals, and documents relating thereto specifying the
terms, conditions, plans and specifications, standards,
quantities and specified sums contained therein
SECTION IV
That upon acceptance and approval of the above competitive
bids and the execution of contracts for the public works and
improvements as authorized herein, the City Council hereby
authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this the 7" day of January, 1986
ATTEST
/2' .D.� L E
MARY
C L AL,
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
BY Q( y)/ Ajy& L
PAGE TWO
DATE January 7,1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID# 9551 MODULAR PANELS, FURNATURE, ETC
RECOMMENDATION We recommend this bid be awarded to the bidders meeting
the specifications and intent of the specifications The low bid was divided
into sections and will be recommended by sections as follows
I To Aspects, Inc Section I Panels at $46,717 41 and the larger
part of Section II at $23,682 47, small portion of Section III
as bid at $1,627 28, and a list enclosed with their bid not in-
cluded or listed in our bid and required for their installation
of $17,271 72 for the total to Aspects, Inc of $89 298 88
2 To Business Essentials Section II for $775 33 and Section III for
$17,275 00
This then is a complete bid as bid by both Business Essentials and Aspects, Inc
for the combined total of $107,349 21
SUMMARY This is the fourth time these products have been bid The first
time we received only one bid for panels only The second time it was rejected
to also bid the components, as they needed to be compatible with the panels
The third time the bid was rejected with several bidders with Business Essentials/
Aspects, Inc being the low recommended bidder meeting the specifications and
bid provisions The fourth time we received only two bids and the bid of Goldsmith's
does not meet the specifications as they did not bid the panel to panel system and
did not bid the chairs as specified in Section III This recommended bid is some
$3,500 less than the last bid that was acceptable
BACKGROUND Tabulation sheet
PROGRAMS DEPARTMENTS OR GROUP AFFECTED Public Works, Inspections,
and Planning and Community Development
FISCAL IMPACT There is no additional impact on the General Fund
Respectfully submitted
Rick Svehla
Acting City Manager
.,ing Agent
i
N
as 9 O m w
n Cam+ O C
y
4f�D
a
y
y
H w
m r�-�
r M
n
p o
O
w
m
°e
q
n
a w
y
O
9
in.
R
r
N
y
H
M
e
r
P
r
A
e
y
C)
N
y
y
o
ONrm
a
Kf
r
a
m
M
L-n
F
I
Q\
N
tn
I
N
to
n
w
N
w
.
O
Ln
O
�
w
`d
Vl
F
N
0
lu
N
O
N
V
ty
<
Z
�1
y N
7
U1
0000
Oc
CO
A
m
J
N
V
N
m
N
N
4-
F
V
F
g
'�
R
N
C
co
w
000
W
a
�
O,
o
W
W
o
;
F
w
N
N
co
F
0
"mYi
g
n
y
e
N
z
O
C
R m
W
r
d
g
"�
�
m
O m
rt m
N
<
C+1
S
C
t+i
z
z
C
t+f
Z
8
6-tc' -O�L-
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTQN )(
THIS AGREEMENT, made and entered into this 24 day of January _
A.D., 19__a6 by and between City of Denton Texas
of the County of Denton and State of Texas, acting through
Rick Svehla. Acting City Manager thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
i 4nKIWIEWIMM u
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 con*ty 9 rof certain improvements described as follows:
Tables, Etc. to complete bid as per revised 1-24-86 $20,328.33
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
Alitten explanatory matter thereof, and the Specifications therefore, as
prepared by ,terry Wright- Cnnsulta /,lohn Marshall. Purchasing Agpnt
, 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:
CITY OF DENTON, TEXAS
Party of a rst Part, OWNER
By 6 'r-1
Rick Svehla
ATTEST:
APPROVFA AS TO FORM:
City Attorn y
CA-2
0044b
Acting City Manager
(SEAL)
Business Essentials - -
Par y of the Second Part, CONTRACTOR
By _
tle
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS: That Business Essentials
, of the City of Denton
County of Denton , and State of Texas
as PRINCIPAL, and U.S.F.&.G. Insurance Co.
, 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 Teh City of Denton
as OWNER, in the penal sum of Twenty Thousand Three Hundred Twenty -Eight and
33/100-------- Dollars ($ 20,328.33 ) 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 24 day of January, 19 86, for the construction of
Bid #9551 Purchase order #71710 Furnish & Install Seating
Tables, Etc to complete bid as per revised 1-24-86
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 24 day of January , 1936 .
Bwmas: - 'M411k
Principal
By
Title
U.S.F.&.G. Insurance Co.
Surety
Ran all L. Minnis
Title Attorney -In -Fact
Address P. 0. Box 809019
Dallas, TX 75380
(SEAL) (SEAL) -
The name and address of the Resident Agent of Surety is:
Ramey, King & Minnis Insurance Agency
707 First State Bank Bldg, Denton, TX 76201
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No ......... 8 8?r:7....................
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Randall L. Minnis
of the City of Denton , State of Texas
its true and lawful attorney in and for the State of Texas
for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
Randall L. Minnis
my lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal. duly attested by the signatures of its VfcaPreadeat and Assistant Secretary, this 2 3 r d day of
April ,A.D.1976
(Signed)
( SEAT, )
(Signed)
STATE OF MARYLAND. )
7T fie:
BALTIMORE CITY,
UNITED STATES FIDELITY AND GUARANTY COMPANY.
Geo. A. Stewart, Jr.
Bs.................. I...................................
Yice•Pretident.
William J. Phelan
......................................................
Assistant Secretary.
On this 2 3 r d day of April . A. D. 19 7 (y before we personally came
Geo. A. Stewart, J r . Vice -President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and William J. Phelan , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland;
that they, the said Geo. A. Stewart , Jr, and William J. Phelan were respectively
the Vim -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor.
potation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the
seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora-
tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July, A. D. 19... 8 ..
(SEAL) (Signed) ......Herbert„ J.,,A,ull.....................
Notary Public.
STATE OF MARYLAND
set.
BALTIMORE CITY,
L Robert H . Bouse Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Herbert J. Au l l , Esquire, before
whom the annexed affidavits were trade, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgments, or proof of deeds to he recorded therein I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testimon Where h I hereto set my hand and affix the seal of the Superior Court of Baltimore Cityy, the same being a Court
of Record, this 3 r d day of April , A. D. i9 7 b
Robert H. Bouse
(SEAL) (Signed)...............................................................
Clerk of the Superior Court of Baltimore City. ,
FS 3 (M7) ...
'Afotaioas 7BDisjsry
....................................... I......................
(Diva)
H 6I `_ 2Z ' 4zanuvf ; uo axvdwo3
x.LNtl1Itln9 aNV x1I'I3ald S3.Lv.LS a31INn all ;o teas all pus purl Am Ian ojunaiaq alley I '(oaiaym .cuowt/sa�L uj:
-2up00w plus;o salnulw all ul papioOw se;oaiagi aloym all pup `uopnlosai
pips ;o Adoo mauoa pup Bull a st 2ulo2aio; all lull pup luasaid sum sioloair ;o pieog all ;o wwonb v eupaaw la1lM 1e `Ot6i 'Ainf
;o .(vp glil all u0 'aiompleg ;o A1ID all ui duedwon all ;o aallo ayi IV plaq Pus patina Alnp 'AuedmoD plus ;o wolaaila ;o pieog
all ;o 2miaam ivin2ai v Iv paldope uoijulosai a ;o aDuenwnd m uaATB sum AauioAv ;° lamod pips jell A;piao iaylin; op I puy
'7aa.w pue aDio; IIn; ut Itlls at pup pa%OADI naaq iaAaB Sul Aaulol3E;0 iamod gajym'quoj
7ae ucaiagi BE spuoq u2is of >IITK 2uuamodma pup 2utzlioginv SBXay i AO•,4IIa(J I°
STUUT➢i •'I TTSPURU
o7 Auedwo:) plus Aq
uae12 Aawoliv ;o iamod lvuT2po all ;o Adoo joa.uoo pull anal 'tin; v at Sulo2aio; all jell Appiaa Aqaiaq op 17.NVdlV00 7,.LNYNVn9
aNv . H121ald Saivis Q3,LINn all;o Alviaioas 7uelsTwv up ` S$i8lj •0 aSOp OaLjy
•awes all;o lalita;o Diem all ut Sutlldup
io '21111w9pun io 'uopvindps 'uo1Ie2tIgO 'aauntawai 'puoq lane ABU ut io; pap!noid aq Aum galym suoptpuoa Sue 10 Suly7Auv ;o
Su!op jou iD 2mop all i0; paB011!puOO 'IaA06ivgM salgopdua Ile pue Ann ui 'iaAaosjegm uonniuE2]o io uoilpjaossE iaylo i0 A7itEdiamnw
`lsaiajui 'aaylo 'Apoq 'uopviodloo 'suosiad io uosiad Are io; io Aq ';o uw oajoid io Aipnoas Gill i0; papoaai io pall; 'pajdaoDu 'paiapual
'BOATS 'uallei 'apvm 'painaalm aq of pall!wiad io pannbai 'pamolle aq `asrAlagjo to IEdiatunw `!Eliot traoyto so aaylo 'uopeziuesio 'Spoq
'ppuoq Aue ;o uonaiasip to aGnaeid 'smolsna 'siaplo 'suopuln2ai 'salni all Aq io 'puulpuno;maK ;o AuoloD all;o io ppvurD ;o uolulw0a
all ;0 saauuoid all ;0 to Dams pa7!un aqi ;O Aiol!iiay l0 DIVIS Are ;0 io sawis paijufl all ;0 ainiviS Sue Aq io `asimiayjo 10 led to! um
`MEl Aq SEW ao Dill yalym 'amus all ;o iali!a ;o amivu all ul 2uly7Auv io s2mileliapun 'suoljetndps 'suopesilgo 'saoupzlu2o3ai `spuoq
Ile pup Auu;o suoptpuoa ayi aajuvivn2 pup amaaxa of samSe io lease io yavpm sAawolje is, Aawolje 91t Be pup awau SiruT son;d
PUB 'pamolle mpl Aq
ao 's2ulpaaaoid io suopae lie uipauTwm iad io paibai '92uliteu2m apun pup spuoq aajusian8 xo 2upnaaxa pull saTapod aaueinsuT uey7
iagio slOwluoa ;0 90Duvmi0;iad all 2B[a2juWun2 'iswi aipm'd to oTlgnd ;0 suollisod Sur lol suosiad ;0 Aittapi} By 2uiaaiupiEn2 sinji
-BOO Ile pue ABe iaATlap pue 91n0aX0 ul '10e sit BE pup auwu 91! u! 4Auvdwo3 pIrs ;O sjuasv io jua2v 10 '1De;-ul.sAawOjjv 10 Aauiane se
suosiad to uosiad Auv juiuddE OI 'leas Bjviodioa at! iapun 'satlEjalaaS juristsstl ell;o Duo It, AjelalOGS Sji yllM DOpaUn;uOa UI S7BaplSDid
-901A sji;o iallla io Iuap!swd sji iamodwB pull aziaoqine `saop Agaiaq j! pue'op Auudwo3 sjgj jegj'poalosag n ay'aiofaiayy
-puvlpuno;maM;0 Auolon all ul pup vpeuej;o uolulmOa all;o
500ulAoid all ul pull saipls poi!u(l all;o satiwuiay all ui pup purlAieN uugj iagjo salvis ul awEu at! uj pup I! i0; In 01 Ajuoyjne pup
iamod gllm sAauiollu pup s7ua2e juloddu Auedmo'J still legl ssomsnq ;O uopapsusii lvnio2ga all io; AnseaOau at 11 'roaiaydl /Oily
NOM170S31I AO [d09
PAYNENT BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS:
of the City of
That Business Essentials
ton
County of Dento n , and State of Texas , as principal, and
U.S.F. & G. Insurance Co.
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
, OWNER, in the penal sum of Twenty Thousand Three Hundred
Twenty -Eight and 11/1Qn--------------- __________ Dollars ($ 20.328.33 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 24 day of January , 19 86 .
Bid #9551, Purchase Order f71710 Furnish & Install Seating
Tables, Etc, to complete bid as per revised 1-24-86
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 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 24 day of January , 19 86
&; jj?s+rc 'Pcce v)k & &
Principal
By
Title 011E?q
Address
i ..
U.S.F.&.G. Insurance Co.
Title Attorney -In -Fact
Address P. 0. Box 809019
Dallas, TX 75380
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
Ramey, King & P4innis Insurance Comnany
707 First State Bank Bldg., Denton, TX 76201
PB-4
0092b
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No.......... .684. 7....................
Know all Men by these Presents:
That UNITED STATES FIDELITY AND "GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Randall L. Minnis
of the City of Denton , State of Texas
its true and lawful attorney in and for the State of Texas
for the following purposes, to wit:
To sign its name as surety to, and to execute, mal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and trade a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said
Randall L. Minnis
may lawfully do in the premises by virtue of them presents.
In Witness Whereat, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused thin instrument to be
sealed with its corporate mat, duty attested by the signatures of its Vice -President and Assistant Secretary, this 23rd day of
April , A. D. 19 76
(Signed)
(SEAL)
(Signed)
STATE OF MARYLAND, )
BALTIMORE CITY, 1} sax
UNITED STATES FIDELITY AND GUARANTY COMPANY.
B7 Geo. ; A. Stewart, Jr.
Vice -President.
William J. Phelan
.......................................................
Assistant Secretary.
On this 2 3 r d day of April . A. D. 19 7 6, before me personally came
Geo. A. Stewart, J r . . Vice -President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and William J. Phelan , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally daly sworn, mid that they resided in the City of Baltimore, Maryland;
that they, the said Geo. A. Stewart, Jr. and William J. Phelan wen respectively
the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the nor.
poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the
mal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora.
tion, and that they signed their names thereto by like order as Vice -President and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July. A. D. 19... 7 a..
(SEAL) (Signed) ,,,,,,Herbert„J., Aull
..............................
Notary Public.
STATE OF MARYLAND
set.
BALTIMORE CITY,
L Robert H . B o u s e . Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Herbert J. Au l l , Esquire, before
whom the annexed affidavits wen made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testirnon Whereat, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this 3rd dy of April , A. D. 19 7b
(SEAL) (Signed) Robert H. Bouse
...............................................................
Clerk at the Superior Court of Baltimore City. :
Fe 3 (a.s7)
•.Cmialaag luvistssy
..............................................................
9861 _ `BIZ ti.TanuaZ uo ANVCINOD
AINVHVfI9 QNV XIPI3ULA 93.LVSS 03IINf1 aqi ;o teas ayi put pupq dw ire omnway aneq I 'foaiallGl .cuowtisay u1
Iunaaw pits;o sainulm ayi ut papiooai se;oaaagi aloym aqi put'uotintosaa
pats ;o ddoa iD=oo pup anal t et 2uto2aio; pill lays put 'masaid sum sloloaaici ;o patog ayi ;o wmonb p 2up2aw gatq& is 10I6I "Of
;o dep ylii ag1 uo 'ammialrg ;o AliJ sill ui durdwo3 ayi ;o aoyio aqi it plaq pup palleo dlnp 'duudwo0 Pees jo s.tolaaii(i ;o pirog
Qgl ;o 2m14aw iuln2ai p is paidope uopnlosai u ;o aDuunsind u! uaet2 sum dauioliV ;o iamod piss Iugi djnaao aaqun; op I puV
'laaga pug aDio; pn; ut ttpe s! put pailonai uaaq iaeau spq dawoiip;o aamod gatym'giio;
ias maaayi ee spuoq u2rs of MFK 2uuamodw2 pus fiantaoyine I SBXay u U04IIaQ Io
STUUT d " I TTVPUVU
of durdwoo pies dq
uan12 dauiollu ;o aamod 1put2no aqi ;o ddoa ioaiioa pup anil 'tin; u er 2u102uo; sill lute dguaa dgaiay op 'XMVdWO3 AINVHVf19
(INV AII'I3QLd S3IVIS (l3IINII ayi;o ditiaioaS lutisissV usS3Id8d • f) a20POOIJL `I
-awes gill;o iayala;o amieu ayi ui 2utyldue
io 12u3iruapun io 'uoputndtis 'uopp2ilgo 'aautziu2o3ai 'puoq lions due ut io; pap!eoid aq dew yalym suollipuoa Age to 2mgldut ;o
2-op lou io 2ulop aqi io; pauopipuoo tanositgm sap!oedta tit pus due or '.tanaosiegm uoptzlut2io io uotieroossu iagio ao dilludlatunm
'lsaiaim 'aayp 'dpoq 'uoilamdioa 'suosiad ao uosiad dui io; io dq ';o uopaaaoid io ditmoas ayi io; papaooai io pall; 'paldaaat 'paiapual
'UOAl2 'uailei 'apem 'painoaza aq of pau!miad ao paitnbai 'pomolle aq 'asimiagio io ledtarunw 'luaol 'aaarllo io aogp 'uoinziue2lo 'dpoq
'pltoq due ;o uopaaosip io oopotid 'swoisno 'siapio 'suorleln2aa 'salsa aqi dq ao 'puulpuno;maf,I ;o duolo0 sip jo io tpeup0 ;o uolurwo0
ayi ;a saDuuoad ayi ;o io saiwS pairufl aqi ;0 dioluial io awis Aug ;o ao saitiS pai!ufl aqi ;o amiriS due dq io 'astmiagio io Itdiatunm
'mul dq dim io apt yatym 'awes Dili ;o iagira ;o ainisu aqi ur 2myidur ao s2unituspun 'suoprindns 'suopp2ggo 'saaueziu2oaai 'spuoq
lit put due ;o suoriipuoD ayi salutien2 put amoaxa of slua2r io lua2t io '1Dt;-u[-sdauioilu io dauiollt sl! se put amtu sit or °or,V
put'pamolte met dq
ao '92utpaaooad io suoilat Its m palgwiad ao paimbai 192utiltiiapun pus spuoq 2w2aluwpn2 io 2urinoaza pus sarorlod aautineur ueyl
aaylo SiDpilnoa }o saauruuo;pad ayl 2utaaiurien2 'isnil w4pd io orignd ;o suoprsod 2utploy suoslad ;o di!lapg aqi 2ulaameiun2 siDpii
-uoa lip put due iamlap put omaaza of liar si! se put amtu all ui 'durdwo:) pigs )o sma2a io lua2p ao yoe;-u,.sADuioUp ao Cauiollu se
suos.iad io uosiad dui lmodde of 'leas altiodioo 91! aapun'sauuiaioas luuisrssV 81!;o Quo io diwQlDas all ql!m uoiIDnnCUOD ut slnaptsaad
-001A Si! ;o iayi!a ao luappaid sir iamodwa put azuogins 'saop dgaiaq 11 pup by duedwoD sly iugi °paalova)l 1199 'aiojajaq L
•puripuno3maltl;o duolo0 agi ul pup tpeueo;o uolulwea agi;o
saouuoid aql u! put saipis poi!ufl agi;o sauoiwal aqi ui put 'purldavN uegi aagio sairiS ut ameu 511 ut pub ]? 10; 1Dp of dluoyinu pus
iamod qi!m sdaumup pus sma2e luroddt duedwo0 sigl lrgi ssoutsnq ;o uoporsupii junloaga ayl io; diessaaau s1 a! hoaaaydl laYd
AIOLLfI'IOSHIi d0 Ad00
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS: THAT Business
Essentials as Principal, and U.S.F.& G. insurance omi)anv
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 Two Thousand Thirt -Two
and 83/100------------------------------ Dollars 2,032.83 l0Y 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 Business Essentials
has this day entered into a written contract with the said City of Denton to build
and construct Bid #9551 Purchase order #71710 Furnish & Install Seatin
a...,..:.. cvu,.i c,I m.0 uac Finuo aFcciii..a ..ivuo c..cic+ Mc...a.... .., a....F.. o.. -.1 -...-
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or 'arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
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 Business Essentials
as Contractor and Principal, has caused
these presents to be executed by
and the said U.S.F.& G. Insurance uompany
as surety, has caused these presents to be executed by its Attorney -in -Fact
Randall L. Minnis and the said Attorney -in -Fact has hereunto set his band
this 24 day of January , 1986 .
SURETY:
NB-2
0093b
i��
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No......... f6 T....................
Snow all Men by these Presents:
That UNITED STATES FIDELITY AND "GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Randall L. Minnis
of the City of Denton , State of Texas
its true and lawful attorney in and for the State of Texas
for the following purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform my and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms, all and whatsoever the said
Randall L. Minnis
may lawfully do in the premises by virtue of them presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to he
sealed with its corporate seal, duly attested by the signatures of its Vice -President and Assistant Secretary, this 2 3 r d day of
April , A. D. 19 76
(Signed)
(SEAL)
(Signed)
STATE OF MARYLAND,
9s:
BALTIMORE CITY,
UNITED STATES FIDELITY AND GUARANTY COMPANY.
Geo. A. Stewart, Jr.
Bt......................................... ..... .....
Fice,President.
William J. Phelan
.......................................................
Assistant Secretary.
On this 2 3 r d day of April , A. D. 19 7 6, before me personally came
Geo. A. Stewart, J r . . Vice -President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and William J. Phelan , Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland;
that they, the said Geo. A. Stewart, Jr. and William J. Phelan were respectively
the Vice -President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor.
potation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the
seal affixed to said Power of Attorney was such corporate seal, that it was so fired by order of the Board of Directors of said corpora•
lion, and that they signed their names thereto by like order as Vice•Preafdent and Assistant Secretary, respectively, of the Company.
My commission expires the first day in July, A. D. 19... 7.8 ..
(SEAL) (Signed) ....... Herb,ert„J.., ..Aull...........................
Notary Public.
STATE OF MARYLAND )
BALTIMORE CITY, 3 S�
11 Robert H . B o u s e . Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record, and has a seal, do hereby certify that Herbert J. Aul l , Esquire, before
whom the annexed affidavits wen made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary, and verily believe the signature to be his genuine signature.
In Testi:non Whereo/, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record, this 3 r d bey of April , A. D. 19 T b
(SEAL) (Signed) Robert H. Bouse
...............................................................
Clerk of the Superior Couri of Baltimore City.
FS 3 ("7)
•.............. rsy
...........................................:..................
9861 `*IZ ka-enu`f roA.Nvdwo:)
)LINVIIVfl9 QNV )LIPIHaid SalVd.S Q3.LINfi ayi }o leas aqi pug puuy dw lag olunaaay ansg I '(oaaayy duowpsay u[
•8unaaw plus Io Bourret ayi ul papaoaaa BE Ioaiagi aiogm aqi Pee'uopnlosaa
PIES Jo ddoa ioaaaoo pug anal a sI 8ulo2oaol ayi lsyl pug quasaad sum saoioaarQ Io paeoll aqi fo wnaonb a Aupaaw goiym is 'p161 `dlnf
fo dgp g1II ayi uo 'aaowplefl to d11Z) agi ul duudwoD aqi fo aoiyo ayi 3e play pus pallea dlnp 'dusdwoD pigs to saoloaala fo paeoll
ayi ;o 2upaaw aeln8aa a le paidope uoiulosaa B ;o oauunsud ul uanl8 sum dauaonV ;o aamod pies iayi dypaao aagunl op I puV
'10011a pre aoaol lint ut flps sl pre pailonaa uaaq aanau ssy dacuouu to aamod golym `ylaol
In uleaagi se spuoq u2n, of II1�u 8uuamodwa pug talziaoglnE' SSXay s IIOQIIaQ to
STUUTW •Z TTVPUVU
of duudwo:) pies (q
uawJB dawoue Io amod jeui8iao ayi to ddoo ioaaaoo pus onai 'ilnl a sI 8uio8aaol ayi wip dlluao dgaaaq op `xNVdwo:) xINVIIVflo
QNV LIFURIM S3.LVIS Q3IINfl ayjo SaslaaoaS ugungav us' S$29a •0 aSOpOaL[y '[
•awes ayi Io aaylia to aanisu aqi uI 8ulgldur
ao 18uilislaapun ao 'uopulndps 'uopu2ilgo 'aouszlutooaa 'puoq vans Aug uI ao1 papleoid aq dew golgm suoplpgoo Aug so 9ulyldus Io
8ulop lou ao 8ulop ayi aol pauolllPuoa 'aanoslugm sop!oudeo JIB pus dus ul 'aanaoSiuym uopuzlue8ao ao uopeloosse aayio ao dilludiolunw
'isaaalul 'cargo 'dpoq 'uopuaodaoo 'suosaad ao uosaad Aug io1 ao dq 'Io uoiloaloid ao duanoas ayi col popaooaa ao palg 'paldooae 'paaapual
'UOAl2 'uallw 'apew 'painoaxa aq of paulwaad io paambaa 'pamolie aq 'asimaayio ao lsdiolunw 'Ieool 'aaoyio ao aoyio 'uopsziue8ao 'dpoq
'Paeoq Aug fo uopaaosip ao aaposad 'swoisno 'siapio 'suopeln5aa 'salna ayi dq ao 'puslpunolmaN to duoloD ayi to ao epgue:) Io uolulwoQ
aqi ;o saaulnoad ayi Io ao 99iB1S paliufl ayi ;o daoluaal ao 21VIS due Io ao saleiS pai!ufl ay to auiulS Aug dq ao 'aslmiaylo ao Iediorynw
'mBI dq dew ao ace golgm 'awes ayi ;o aagl!a ;o amieu By ui 8ulg4dus ao s8ul3leuopun 'suopulndris 'suops8ggo 'sa3ugzlu8oaaa 'spuoq
Ile pug due Io suop!puoa aqi aaiusasn9 pus ainooxa of slu02B ao ]ra9g ao yosf•upsdauaolis ao dawolie SI! Be pug aweu siI ul 'oss+
pug'pamoils mgI dq
ao 'sEuipoaooad .io suolloe JIB ui paulwaad ao paambaa 's8uliieuapun pug spuoq BuJaalusasn5 ao Supnoaxo pus saimlod anurinsui ueyl
aaglo siosaluoo jo sooueuuolaad ayi 8ulaomuaen8 '7snmi awAild ao ollgnd to suop!sod anlptoy suosaad to digapg aqi `dulaaueivne eiaeal
•uoo Ile pus Aug aanilop pus alnoaxo of 113e sil er pug aweu si! ul 'duedwoD piss to siuo2u ao luaSB ao yasl•uj-sdauaoup ao dauaoue Be
suomod ao round Aug iulodde of `juas aleaodxoo sil iapun'sausiaaoaS luuislssV sll fo auo to dasiaaoaS sij qi!m got ounfuoo ur suaplsaad
'MA slJ ;o aayna ao luapisaad sn aamodwa pue azuoying 'saop dgaaay 11 pus 'op dugdwoD eliP lgyi'paalosaU fl ay wofaaayl
•puelpuno}maKjo duolo:) ayi ul pus epuuej;o uolulwoQ ayi yo
saoulnoad ayl ul pus soms poilufl oyi;o salaoluaal aqi uI pus 'pugld3s1ll uegl aaglo sai% ui aweu sii ui pug l! aoj for of dilaoyinu pug
aamod yl!m sdauaolle pus sivaee luiodds duudwo:) slyl leyi ssaulsnq Io uopousuuai Junioago ayi ao1 daessaoau sl I!'maaaydl luy,y
NOiSfl'IOSHH AO AdOD
CERTIFICATE OF INSURANCE
THIS IS TO CERTIFY that the following policies, subject to their terns, 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
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 wilt 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:
r,
—1
REMARKS:
City of Denton Bid
# 9551
901-B Texas St.
Denton, TX 76201
Attn: John J. Marshall, C.P.M.
L
Purchasing Agent
NAME AND ADDRESS OF INSURED:
RUSIne.Z ESS'eAhOLIIf
S I J/ dl, r= I M
pen�o n, �XQY %�1D1
Policy
Effective
Expiration
Insurance Company
Type of Insurance
Number
Date
Date
LIMITS OF LIABILITY'
STATE FARM INS.
Workmen's Compensation
and
931049055F
7/17/86
7/17/87
Statutory
Employers Liability
Employers Liability Limits—$100,000
Comprehensive
Bodily Injury
General Liability
$ Each Occurrence
Aggo ego to , `. u...,
$ & Completed Opetauon
Property Damage
$ Each Occurrence
$ Aggregate Operations_
$ Aggregate Protective
$ Aggregate Contractual
Aggregate eroducts
$ & Completed Operation
STATE FARM INS.
Comprehensive
4738125B12
3
2/12/86
8/12/86
Bodily Injury
100000
AutomobileLiability•
4843462C01
3
3/01/86
9/01/86
$ EachPerson - -
4891590C25
3
3/25/86
9/25/86
$ 300000 Each occurrence
6000067BO5
3
2/05/86
8/05/86
Property Damage
$ 100000 Each Occurrence
d.
arrba arb¢rdon
*Absence of any appropriate entry means no such insurance is in force.
NAME AND ADDRESS OF A
'
"Covers all owned, non -owned or hired vehicles — - -
P. O. BOX 2081
1515 N. ELM 3874512
DENTON, TEXAS 76201
—4w
817-387-4512
PHONE NUMBER. OF AGENCY
Authorized epresentatnres
of the
Insurance Companies referred to above.
DATE January 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9556 RADIO MAINTENANCE
RECOMMENDATION We recommend this bid be awarded to the evaluated lowest and
most responsible bidder, North Counties Communication This
contract is for a one year period and runs approximately
$75,000 00
BACKGROUND Tabulation Sheet & Memorandum from Ray Wells
SUMMARY This bid is for the annual contract for service on the City
of Denton radio equipment and communication facilities as well
as emergency service for the fire, police and utility departments
The contract includes monthly service charges as well as other
repairs and installation hourly rate
The evaluation of this bid has been based on price comparison,
size of customer base, a visit to each bidder facility, security
for City equipment, size and number of work bays, repair parts
inventory, number of radio technicians available, number of field
service vehicles, and the input of the major users of radios and
communication equipment in the City
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
Radio Communications for All Departments
FISCAL IMPACT 1985/86 Budget Funds for each Department utilizing the
maintenance and repair contract
Respectfully submitted
Rick Svehla
Acting City Manager
PrAnared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name Tom D Shaw, u P M
Title Assistant Purchasing Agent
TO: Tom Shaw, C P M , Purchasing
FROM Ray D wells, Superintendent, Electric Metering and Substations
DATE: December 10, 1985
SUBJ Evaluation Bid No 9556/Radio Maintenance
Sealed bids were received and opened December 5, 1985, for the maintenance
contract on City owned and operated radio systems
It has been with great difficulty that I have evaluated these bids and make
my recommendations I would also note at this time the extreme importance
associated with radio repair and maintenance The Police and Fire
Departments are most critical in their needs for repair when units are not
operational and preventative maintenance plays a most important role
I recommend the bid be awarded to North Counties Communications for the
following reasons
1 Previous satisfactory service has been provided to all departments
within the City of Denton
2 North Counties Communications is familiar with all City equipment They
have a complete inventory system and are able to provide fast, accurate
repair
3 North Counties Communications is an authorized repair facility for both
General Electric and Motorola.
4 North Counties has a shop facility of adequate size and a staff of
technicians able to most our critical time and materials requirements
5 North Counties Communication bid proposal was complete and detailed They
furnished all requirements for documentation, insurances, etc , as requested
6 Based on the number of high service items, I feel they are the lower of
the two bids submitted
Denton County Communications, the other firm to submit a bid proposal did not
comply with requested insurance certificates or detailed pricing on equipment
They do not have the customer base at this time that demonstrates to me the
ability to meet our large fleet requirements
It is my obligation to see that the best service is provided to our
communications systems at the most competitive pricing available I feel my
recommendation reflects this, and it is in the best interest of the City of
Denton to award the bid to North Counties Communications
If I may be of further assistance in the explanation of my decision and
recommendation, please feel free to call upon me 41
v+
a
w
N
I
•�
`�
n
oro
r"i
H
Jw1
a
v
ao
ae
�
CD
o
a
o
-10aQ?
ma�o
c
r�3+
vnm
OmcJ
'S
c+
c+
O
(A
c�1.
m
Js
O
wo
m
N
m
o
r~c
Nffe
LW
'S
Ch
i
a
�
o-mm
a
m
"'
1-3mCA
Zri
Nwm
°(T°
n
,a+y
z
w
�+
m
a
so
O1
0
N
m
N
N
L
C+
w
J
CD fD Z
O O O
• Cfl
N
�
[tl
� Z A
m
Ln
H
N
I
tz�
O
'p
C1 O
5
O rri
00
w
O
7d
C
4
z
g
SERVICE CONTRACT
THIS CONTRACT made and•entered into this 1 day of February
19 86, by and between North Counties Communications, 813 S. Elm, Denton, TX
hereinafter referred to as "Contractor"
and the City of Denton, Texas, hereinafter referred to as "City"
WHEREFORE, for and in consideration of the payments and mutual
covenants contained herein, and for other good and valuable consideration, the
parties agree as follows:
I.
WORK. The Contractor shall perform certain technical service in
accordance with the terms and conditions of the specifications for maintenance
of radio communications equipment, a copy of which is attached hereto as
Exhibit "A" and made a part of this Contract. The City shall compensate the
Contractor in the manner provided in Exhibit "A", subject to the terms and
conditions of this Contract. This Contract shall be effective from the date
hereof and shall expire one year from this date, with an option to renew for
an additional year, to be exercised in writing thirty (30) days before the
expiration of the first year. This Contract may be terminated at any time by
either party upon thirty (30) days written notice to the other.
II.
PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
Contractor shall at all time exercise reasonable precautions for the safety of
employees and others on or near the work and shall comply with all applicable
provisions of Federal, State, and Municipal safety laws. All machinery and
1044s
S?RVIC3 CONTRACT
Page 2
equipment and other physical hazards shall be guarded in accordance with the
"Manual of Accident Prevention in Construction" of the Associated General
Contractors of America except where incompatible with Federal, State, or
Municipal laws or regulations. The safety precautions actually taken and
their adequacy shall be the sole responsibility of the Contractor, acting at
his discretion as an independent contractor.
LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or
damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance in the
prosecution of the same, or from unusual obstructions or difficulties which
may be encountered in the prosecution of the work, shall be sustained and
borne by the Contractor at his own cost and expense.
IV.
PROTECTION OF ADJOINING PROPERTY. The said Contractor shall take
proper means to protect the adjacent or adjoining property or properties in
any way encountered, which might be injured or seriously affected by any
process to be undertaken under this Agreement, from any damage or injury by
reason of said process; and he shall be liable for any and all claims for such
damage on account of his failure to fully protect all adjoining property. The
Contractor agrees to indemnify, save and hold harmless the City against any
claim or claims for damages due to any injury to. any adjacent or adjoining
property, arising or growing out of the performance of the Contract.
104+4s
SHRVICt CONTRACT
Page 3
V.
PROTECTION AGAINST CLAIMS OR SUBCONTRACTORS, LABORERS, MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The Contractor agrees that
he will indemnify and save the City harmless from all claims growing out of
the lawful demands of subcontractors, laborers, workmen, mechanics,
materialmen and furnishers of machinery and parts thereof, equipment, power
tools, and all supplies, including commissary, incurred in the furtherance of
the performance of this Contract. When so desired by the City, the Contractor
shall furnish satisfactory evidence that all obligations of the nature
hereinabove designated have been paid, discharged or waived. If the
Contractor fails so to do, then the City may at the option of the Contractor
either pay directly any unpaid bills, of which the City has written notice, or
withhold from the Contractor's unpaid compensation a sum of money deemed
reasonably sufficient to liquidate any and all such lawful claims until
satisfactory evidence to furnished that all liabilities have been fully
discharged, whereupon payments to the Contractor shall be resumed in full, in
accordance with the terms of this Contract, but in no event shall the
provisions of this sentence be construed to impose any obligation upon the
City by either the Contractor or his Surety.
VI.
LAWS AND ORDINANCES. The Contractor shall at all times observe and
comply with all Federal, State and local laws, ordinances and regulations,
which in any manner affect the Contract or the work, and shall indemnify and
save harmless the City against any claim arising from the violation of any
such laws, ordinances and regulations whether by the Contractor or his
1044s
SERVICE'CONTRACT
Page 4
employees. If the Contractor observes that the work is at variance therewith,
he shall promptly notify the City in writing. If the Contractor performs any
work knowing it to be contrary to such laws, ordinances, rules and
regulations, and without such notice to the City, he shall bear all costs
arising therefrom.
VII.
ASSIGNMENT AND SUBLETTING. The Contractor further agrees that he will
retain personal control and will give his personal attention to the
fulfillment of this contract and that he will not assign by Power of Attorney,
or otherwise, or sublet said contract without the written consent of the City,
and that no part or feature of the work will be sublet to anyone objectionable
to the City. The Contractor further agrees that the subletting of any portion
or feature of the work, or materials required in the performance of this
Contract, shall not relieve the Contractor from his full obligations to the
City as provided by this Agreement.
VIII.
INDEMNIFICATION. The Contractor shall defend, indemnify and hold
harmless the City and its officers, agents and employees from and against all
damages, claims, losses, demands, suits, judgments and costs, including
reasonable attorney's fees and expenses, arising out of or resulting from the
performance of the work, provided that any such damage, claim, loss, demand,
suit, judgment cost or expense-
(1) Is attributable to bodily injury, sickness, disease or death or
to injury to or destruction of tangible property including the
loss of use resulting therefrom; and;
10440
SERVIC$ CONTRACT
Page 6
to the City. Such Certificates shall contain a provision that coverages
afforded under the policies will not be cancelled until at least fifteen days
prior written notice has been given to the City.
The Contractor shall also file with the City valid Certificates of
Insurance covering all subcontractors.
XI.
HINDRANCES AND DELAYS. No claims shall be made by the Contractor for
damages resulting from hindrances or delays from any cause during the progress
of any portion of the work embraced in this Contract.
XII.
THIS CONTRACT SHALL BE BINDING UPON THE PARTIES HERETO, their
successors, heirs, personal representatives and assigns.
IN WITNESS WHEREOF, the parties have executed this Contract in the
year and days first above written.
ATTEST:
NORTH COUNTIES COMMUNICATIONS
BY:.L-1/ [ e
Owner
THE CITY OF DENTON, TEXAS
1044a
PURCHASING. DEPARTMENT
City of Denton
901-B Texas St.
Denton, Texas 76201
BID INVITATION
North Counties Communications
813 S. Elm
Denton, TX 76201
CITY OF DENTON, TEXAS
Date November 14, 1985
BID NUMBER 9556
BID TITLE RADIO MAINTENANCE
Sealed bid proposals will be received until 2:00 p.m.
December 5, 1985 , at the office of the
Purchasing Agent, 901-B Texas St., Denton, Texas 76201
For additional Information contact
JOHN J. MARSHALL, C.P.M. Tom D. SHAW, C.P.M.
PURCHASING AGENT ASSIST PURCHASING AGENT
Office
817.56E-8311
INSTRUCTIONS TO BIDDERS
D/FW Metro
817-267-0042
1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late
proposals will be returned unopened.
2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely
sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901-8 Texas St., Denton, TX
76201.
3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying
same, or It will not be considered.
4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated.
5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right Is denied by the bidder.
6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor
liable for any and all resultant Increased costs as a penalty for such default.
7. The City of Denton reserves the right to reject any and all bids, to waive all Informalities and require that submitted bids
remain In force for a sixty (60) day period after opening or until award is made; whichever comes first.
8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton
throughout the contract period.
9. The Items are to be priced each net. (Packaging or shipping quantities will be considered.)
10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or
questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent.
11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or Its representatives
prior to award shall be Bounds for disqualifications.
12. The conditions and terms of this bid will be considered when evaluating for award.
13. The City of Denton Is exempt from all sales and excise taxes. (Article 20.04-B)
BID NUMBER 955E B I D PROPOSALS Page 2 of 9
ITEM
DESCRIPTION
QUAN.
PRICE
AMOUI
The City of Denton is accepting sealed bids for an
Annual Contract to provide Two -Way Radio System
Maintenance.
S66 ATTACHED SPECIFICATIONS
Failure to return this form stating your reason for
not bidding may result in removal of your firm from
Bidder's List.
Quote F.O.B. City of Denton, Texas
Any additional charges not listed on the Bid Form
must be identified in the bid documentation.
The successful vendor must execute the attached
Service Contract within ten (10) days after Council
Award of Contract. Any modifications to these
documents must be submitted with the bid package.
This contract may be renewed on the same terms for
two (2) periods not to exceed twelve (12) months from
the date of the expiration of the previous contract
upon mutual consent of the City of Denton and the
successful vendor.
Bidders must submit two (2) completed copies of the
sealed bid to:
City of Denton
901-B Texas Street
Denton, Texas 76201
Attn: Purchasing Department
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.
Mailing Address
City State ZIP
Telephone
Bidder
Signature
Title
'BID NUMBER 9556 SPECIFICATIONS Page 3 of 9
Purchasing Department
City of Denton, Texas
MAINTENANCE OF RADIO COMMUNICATIONS EQUIPMENT
Special Instructions to Bidders
All bidders shall agree to furnish maintenance of radio communications equipment
service for a one-year period commencing on date of award by Council and ending one
year from that date.
The City of Denton (City) is to be protected against any increase above the price(s)
in the proposal during the contract term. Any proposal which does not contain firm
stated prices(s) will be considered as an informal bid.
The City shall have sixty (60) days from the date of the opening of the bids before
awarding a contract or rejecting the bids. The City reserves the right to award the
contract on a total basis or on a departmental basis.
Contract award shall not be made solely based upon bid price. The City will
consider in order of priority: response time, references (business and customer),
distance to service location, staffing and equipment, and cost. The City may make
such investigation it deems necessary to determine the ability of the bidder to
furnish maintenance of radio communications equipment service., The bidder shall
furnish to the City all such information and data for this purpose as the City may
request. The City reserves the right to reject any bid if evidence submitted by, or
investigation of, such bidder falls to satisfy the City that such bidder is properly
qualified to carry out the obligation of the contract.
It will be assumed that all bids are based upon the specifications unless the bidder
stipulates to the contrary on the proposal form; in which case, the bidder shall
point out in detail any and all deviations from the specifications.
Specifications
It is the intent of these specifications to describe maintenance and repair of radio
communications equipment based on 1) a fixed monthly maintenance charge for
equipment listed in the attached schedule, or 2) fixed price parts and labor rates
for all other communication equipment. The Contract shall be for a period of twelve
(12) months. Either party may terminate this agreement by giving thirty (30) day
written notice to the other party. This agreement shall expire at the end of the
twelfth (12th) month following the acceptance of this bid by the City Council and
may be renewed on the same terms and conditions for two (2) time periods, not to
exceed twelve (12) months each from the date of the expiration of the previous
agreement upon mutual consent of the City and the successful vendor.
1044s
BID NUMBER 9556 SPECIFICATIONS Page 4 of g
Purchasing Department
City of Denton, Texas
Contract Service
Contract Service shall be performed for a fixed monthly fee which will include all
parts and labor necessary to keep the equipment meeting manufacturer's original
specifications or revised specifications when necessary modifications have been
made. Such modifications shall be made at no additional charge to the City. The
services to be performed shall be necessitated through normal wear and proper use of
the equipment. Travel time cost shall be included in the fixed monthly fee.
Contract Service shall cover regular inspection, maintenance, adjustment and repair
of radio equipment owned by the City and listed for maintenance with the selected
vendor. See "Attachment All listing of equipment. Any equipment which by error or
omission was not listed shall be covered. Additional equipment may be added to this
contract at the bid price, or at a negotiated price when no bid price exists.
Subcontracting is strictly precluded unless prior notification has been made to the
City.
Contract Service shall not include labor and parts required to repair radio
communications equipment which has otherwise become defective as a result of:
damage caused by accident, physical abuse and misuse, willful destruction, tampering
or service by unauthorized individuals, act(s) of God and fire. In addition,
maintenance of tower and appurtenances, transmission lines, antennas, microphone
cords, motor generator batteries, installation and removal of visabars and mobile
radio equipment, batteries or other devices required or used for furnishing power to
radio communications equipment is not included.
As Required Service
As Required Service will cover any equipment not listed under contract maintenance
and is to include all parts and labor necessary to repair equipment so that it will
meet manufacturer's original or revised specifications. (See "Attachment B")
Materials will be charged at net cost, plus 33% maximum. Vendor must provide
substantiating pricing documentation upon request. Travel time shall not be
included as a separate item but shall be included in flat raze or hourly charges.
Service Location
Service shall be provided on site with the exception that some repairs will warrant
shop service. In these cases, the service company will pick up said equipment and
deliver upon completion unless otherwise specified by the user departments.
Service Time Schedule
Contract Service for radio communication equipment.
Service during normal working hours (8 a.m. - 5 p.m.) Monday through Friday.
Response time shall be within 12-24 hours of notification.
1044s
BID NUMBER 9556 SPECIFICATIONS Page 5 of 9
Purchasing Department
City of Denton, Texas
Emergency Service must be provided twenty four (24) hours a day, seven (7) days a
week to the Police Department, Fire Department, Public Works, Electric & Water
Utilities, and Emergency Operation Center base stations, repeaters, encoders and
console units. Response time under normal conditions shall be within two (2) hours
of notification. This service will be provided at any time as often as required
during the term of the contract without additional charge.
As Required Service shall be during normal working hours (8 a.m. - 5 p.m., Monday
through Friday). With the exception of Emergency Service, response time shall be
within 12-24 hours of notification.
Removal, Reinstallation:. Removal and Reinstallation• or Installation of Mobile
Units
The successful vendor shall be responsible for the electrical connecting and testing
of sirens and mobile radio equipment. All wiring and testing shall be done to meet
the needs of the user department. Vendors are to bid complete installation/removal
of radios, sirens and visabars as a backup to the service provided by Equipment
Services.
Other Services
As requested by the City, the successful bidder shall provide other services not
specifically included at an agreed -upon rate. Such agreement may be made before or
after the service is rendered. Invoices) for such labor and/or materials are
processed individually by the successful bidder.
Warranty
On Time and Material work, the following warranty is given: All labor on that
particular item will be warranted for a period of thirty (30) days from date of
repair. This will include additional problems as well as original problem. All
parts will be warranted based on warranty from original manufacturer. On additional
work there will be a charge for parts within 30-day period but not for labor.
Damage from abuse, negligence, accident, Act of God, Act of War or civil
Insurrection, or due to malfunction of interface equipment (i.e. telephone lines)
maintained by other organizations, are not covered.
Equipment Status Review
Before any item is placed on a Fixed Price Repair Contract, it will be checked by
the vendor. Any necessary repairs at that time will be charged at the Time and
Material rates. No charge will be made for checking the equipment. A
representative from the City will accompany the vendor while making these checks for
the protection of both the City and the vendor.
1044s
BID NUMBER 9556 SPECIFICATIONS Page 6 of 9
Purchasing Department
City of Denton, Texas
Preventive Maintenance
Preventative maintenance inspections will be rendered to the equipment by a service
representative at the locations designated by the City. These inspections will be
scheduled by the successful vendor and will include, but not be limited to,
transmitter measurements consisting of frequency measurements, power output
measurements, and modulation and receiver sensitivity and frequency measurements as
normally performed as accepted practice.
Service Contract Invoicina
The City reserves the right to add to and delete from the quantity of radio
communications equipment covered under the contract at the rates bid by the
successful bidder. The invoice should contain either the items, City I.D. Number,
Vehicle Number, or Department Account Numbers, and Purchase Order Number.
At the end of each month's service, invoices for Service Contract shall be sent by
the successful bidder to Accounting Department for payment. Any deletion(a) of
radio communications equipment from the Service Contract and/or any addition(s) of
radio communications equipment to the Service Contract shall be pro -rated for the
actual number of calendar days said equipment was covered by Service Contract.
1044a
Page 7 of 9
• i3iD iv v,'�;;;;:R .. �..� �•, �' i:'v i u" � v.�-� $ a �.i 1�1 :�1
Purchasing Department
City of Denton, Texas
EXHIBIT A
MAINTENANCE OF RADIO COMMUNICATIONS
EQUIPMENT
CONTRACT SERVICE
GROUP I
1. Police Consoles, Fire Consoles d
r 2. Public Works and Utility Consolettes, consoles Addendum See attached
■ 3. Base Stations/Transmitters/Receivers to
Exhibit "A"
" 4. Encoders
" S. Remotes
6. Repeaters
Only specified remotes, transmitters, consolettes and encoders
shall be considered under emergency service. All other items
In Group I shall be considered under emergency service 24 hours
per day, 7 days per week.
Group I items may be awarded to a separate vendor from Group II
Items.
GROUP LI
MONTHLY RATE
$
1. Portable Radios
$
2. Mobile Radios
See attached
$
3. Electronic Signs
Addendum to
$
4. Pagers
Exhibit "A"
$
5. Monitor/Receivers
AS REQUIRED SERVICE
22.50 - Shop
Flat rate charge per item
per call, plus parts
$
25.00 - Field
OR
45.00 - Shop
$
50.00 - Field
Hourly charge, plus parts
Not to exceed 33%
Parts Cost: NET Cost
Plus
(Vendors must respond to both "As Required Services" bid options)
ADDITIONAL CHARGES
Electrical connection and
testing of pre -installed
vehicular radios
$
45.00 per hour
and sirens
Minimum h hour
for work per-
formed at shop
$
50.00 per hour
Minimum k hour
for field wore.
10443
FORMERLY PHILLIPS RADIO SERVICE, INC.
382.6121
813 SOUTH ELM 1.665-8538
DENTON, TEXAS 76201 GAINESVILLE, TEXAS
December 02, 1985
In reference to Page 7, Exhibit "A", the following format is submitted per
authorization by telephone conversation with Mr. Shaw in Purchasing.
Since the City has such a vast amount of equipment and our inventory is
not up to date, we submit the following on a cost per model type and all
that is needed to figure the total monthly charge is to multiply the number
of units of that type times the rate to the right of the model type.
There are some items which have never been on Contract and some items you
might choose not to put on Contract. We are very flexible and can finalize
the Contract to fit your wants and needs. Please take into consideration
that much of the equipment presently on Contract is very old and the Contract
has be renewed from year to year at little or no increase. In some aspects
some of the equipment is too old to fall under Contract, as most Manufacturers
of equipment recommend not putting equipment over ten years old on Contract.
We have adjusted the monthly rate to reflect the model of equipment, not
a flat rate per item charge as was requested by the City in the past.
Please do not hesitate to contact North Counties Communications, Inc., a
Denton business for over 60 years, for any questions or clarifications on
the submitted bid.
ADDENDUM TO EXHIBIT "A"
Group I
#1
Police Modcom Console fd't)
$27.00
per
month
Fire T1617 Console -
20.00
#2
Public Works Kustom Utility Console
$25.50
per
month
Night Dispatch T1617 - 8 ch. Console
20.00
"
"
Steam Plant T1617 - 8 ch. Console
20.00
"
#3
Bases
Please note monthly rate is for one base of
a type. If more than one in service multiply
figure at right times number of units in service.
General Electric Master Pro
$22.00
per
month
General Electric Master II
20.00
Motorola "Q" EMS - 450 MHZ Base
20.00
"
Motorola Super Consolette (Electric Back-up)
15.00
f
Motorola Micor (Service Center, Public Works)
16.50
Motorola Motrac w/2 Receivers (Intercity PD)
20.00
"
Motorola Tube Type Compa
25.00
o
Motorola Upright Tube Type (Old 37.260 base)
27.50
"
#4
Encoders
Please note rates are for single unit. Multiply
figure at right times number of units in service.
Motorola Moden 36/100
$ 3.25
per
month
to
Comm Products PE100
3.00
"
it
Plectron
3.00
"
It
1�0
Federal
3.00
. "
n
#5
Remotes
Multiply figure at right times number of units
in service.
Motorola T1600
$ 3.50'per
month
al^
GE Deskon
3.25
"
if
GE Master Controllers
3.00
"
It
60_
Rem-Com
2.75
0
#6
Repeaters
The only repeater in the City is the Police
Repeater. It consists of a General Electric
Master II Repeater and a Receiver Voting System
with four Receivers and a Combiner.
Repeater
$30.00
per
month
-
-Voting Receivers $4.00 ea. x 4 = $16.00
16.00
"
it
Combiner
8.75
I
s
Addendum to Exhibit "A"
Page 2 -- cont'd
Group II
Please note in the old Service Agreement that the City opted to have all
portables, pagers, and sirens on a time and material basis. Therefore
you will find no reference to maintenance costs on these items in past
Maintenance Contracts.
Ill Portables
As stated before, the rates shown below are for a per unit, per
month basis. Please multiply the figure at the right times the
number of units in service, per each type.
General Electric 5 watt PE Portable
General Electric 2 watt PE Portable
-Z Motorola HT90 Portable
Jo Motorola HT440 Portable
Motorola MT500 Portable
S^
Ill Mobiles
Multiply number of units in service of each type
times figure at right.
General Electric Master Pro
General Electric Master II
General Electric Master Executive II
Motorola Mitrek
Motorola Motrac
Motorola T—Power
Motorola Moxy
Electronic Sirens
Motorola System 90 Type
Federal
#4 Pagers
vo Motorola Minitor
Motorola Director
I Motorola Pageboy
I Motorola Pageboy II
I Motorola Spirit
#5 Monitor Receivers
Motorola
G Federal
Plectron
$12.50 per month
11.75 " If
5.75 " It
6.00 "
6.75 "
$ 8.00
per
month
6.50
"
6.25
'
5.00
8.00
12.00
4.05
Number of units x $ 5.10 per month
IT
"
It
x
5.50
" "
Number
of
units
x
$ 5.10
per month
"
If
if
x
5.00
" it
"it
Ifx
6.75
It
If
it
x
5.25
it
"
If
It
x
5.00
it
Number of units x
11 x
n u of x
$ 4.90 per month
5.25 " If
5.50 it
&ID NUMBER 9556
Mobile Radios:
Front Mount
Rear Mount
Decoders & Encoders
Outside Vehicle Speakers
Horn Relay
Disguised Siren
Visabar
Siren
SPECIFICATIONS
Purchasing Department
City of Denton, Texas
Control Station & Antenna
Modify for D.C. Remote N.A. per telephone
Modify for Ext. Local conversation w/Mr. Wells
D.C. Remote
Extended Local
Remote Base or Repeater
Outdoor Cabinet
VRHICLE CHANGE -OUTS
Pool Vehicles:
'Radio
Siren & Radio
Radio, Siren, Lights
Administrative Vehicles:
Radio
Black & White:
Radio, Siren, Console Lights
with flashing headligAts, flashlight
charger, extra wiring
North Counties Communications, Inc.
Name
David E. Ilten President
Owner
Page
INSTALL
8 of 9
REMOVE
$ 65.00 $ 30.00
$ 95.00 $ 40.00
$ 25.00 ea.
$ 22.50
22.50
$ 45.00
$ 50.00
$ 30.00
U
$
$ 70.00
$ 70.00
$ 150.00
$ 175.00
$ 95.00
$ 125.00
$ 145.00
95.00
$. 7.50 ea.
10.00
$ 5.00
$ 10.00
$ 30.00
$ 10.00
$ 25.00
$ 25.00
$ 45.00
$ 50.00
$ 40.00
$ 50.Q0
$ 60.00
$ 40.00
$ 230.00 $ 90.00
02 Dec 1985
Date
1044s
'BID NUMBER 955A. SPECIFICATIONS Page 9 of 9
Purchasing Department
City of Denton, Texas
Vendors are to provide a listing of five (5) local customers to include telephone
numbers and point of contact for the bid to be considered.
COMPANY
NAME/POINT OF
CONTACT
PHONE NUMBER
COUNTY
OF DENTON
ATTN: COUNTY PURCHASING AGENT
566-8575
CITY OF
LEWISVILLE
ATTN: LT. DON SMITH, COMM. DEPT.
214-221-7691
CITY OF
DENTON SCHOOL
DISTRICT ATTN: NORM SISK
387-3846
SPAN
ATTN: ERICA
387-4341
SAMMONS'CABLE,
formerly GOLDENTRIANGLE COMM. ATTN: VIRGIL ALLEN
566-1711
McALLISTER VENDING CO.
ATTN: GLENN PUYEAR
382-1914
Vendors are to attach a letter to the bid covering the following items:
1. Size of customer base.
2. Size and general description of the vendor's business facility.
3• Number of vehicles equipped for field repair service.
4. Number and type of repair benches.
5. Number and function of personnel employed on a full and part-
time basis to include licensing level and years of experience.
6. State if vendor operates a certified repair facility.
7. Provide a brief biography of all principles in the company.
The vendor shall furnish with the bid a Certificate of Insurance showing the
following coverage:
Public Liability - $300,000
Property Damage - $250,000
Worker's Compensation - (To be required of successful vendor)
LIABILITY UMBRELLA - $1,000,000.00
1044s
FORMERLY PHILLIPS RADIO SERVICE, INC.
382.6121
813 SOUTH ELM 1.665.8638
DENTON, TEXAS 76201 GAINESVILLE, TEXAS
December 02, 1985
Reference Page 9 Specifications:
North Counties Communications, Inc., has a customer base exceeding 700 in
Denton County plus numerous customers in Cooke, Wise, Collin, and Grayson
Counties.
North Counties Communications, Inc., located at 813 South Elm Street, has
two large drive-in bays, a large shop and parts facility consisting of three
active work benches, with State of the Art test equipment. We have two
equipped Field Service Trucks and several installation vehicles.
Our staff consists of four full time Electronics Technicians, two installation
personnel, and two office staffers, all on a full time basis. Our staff hold
various degrees in Electronics and Federal Licenses. Our Senior Technician
has over twenty years experience in electronics and communications and holds
an AA degree in Electronics, a FCC General Radiotelephone license, and a
NABER Technician certificate, as well as Navy Schools. Our Field Manager
has an AA degree, NABER technician certificate, as well as a FCC General
Radiotelephone license, Air Force Tech Schools, degree in Law Enforcement, and Law
Communications, Data, and Computer Technology. Our Head Bench Technician has
an AA degree, several Army Tech Schools in Communications, and trade school in
Computer and Digital Technology. Our remaining technician has an AA degree in
Electronics and has been working in Mobilephone and Two -Way for over three years.
He doubles as both a Field Technician/Installer and Bench Technician. Our
Installation Staff includes personnel with a varied background in auto electric
installation and service, Cable TV installation and service, of course communications
installation. There has not been any type of mobile installation that has
not come in front: of them. And of course our Staff Personnel are always here to
handle any of the support needs from the office level. We maintain a
24 hour a day answering service for handling calls when the office is not open.
North Counties Communications, Inc. is an authorized Motorola and an authorized
GE Service Station and are certified by both vendors for full warranty and
support. We are also an authorized Service Station for Federal lights and
sirens and perform warranty service and support on their products.
Reference Page 9 Specifications
Page 2 - cont'd
North Counties Communications, Inc., primary share holders are Joyce and
David Ilten and Ray Carlson. The company was purchased in 1978 from Mr.
Phillips, who had operated Phillip's Radio in Denton since the 20's.
Shortly after the company started to grow, the name was changed to reflect
the counties we service, the northern counties. We have always tried to
service with the highest quality work and OEM parts wherever needed. We
strive for customer satisfaction.
Certificate of Insurance
A THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.r
e tiAJA ® .,-�X. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
NAME AND ADDRESS OF AGENCY
COh9PANIES AFFORDING COVERAGES
DENTON INSURANCE- CENTER Ir1G COMPANY
P 0 DRAWER C LETTER PROYAL INS UPA14CE CO
DENTON TX 76201 COMPANY
LETTER Ii0`(11_ Ii!SUIiANf." t'
NAME AND ADDRESS OF INSURED /�
COMPANY pV-
LETrEfl R 0 Y ALINSURANCE
NORTH COUNTIES COMMUNICATION COMPANY D
813 S ELM LETTE;n YAL. I iJSI ur:= r. n
DENTON TX 76201 COMPANY E
ETTER
ROYAL INSURANCE CO
This is to certify that policies of insurance listed below have been Issued to the insured named above and are in force at this time. Notwithstanding any requirement. term orcondlbon
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
arms, eavuvuRa
a
Limits of Liabil ty in Thousan s ( 1
COMPANY
LETTER
TYPE OF INSURANCE
POLICY NUMBER
POLICY
EXPIRATION DATE
EACH
OCCURRENCE
AGGREGnTE
A
GENERAL LIABILITY
I;YN579520
9/01/86
BODILY INJURY
5300
$
COMPREHENSIVE FORM
In cel,tz L)11 data 9/01 8`
PREMISES OPERATIONS
PROPERTY DAMAGE
s
t
EXPLOSION AND COLLAPSE
HAZARD
UNDERGROUND HAZARD
PRODUCTS/COMPLETED
OPERATIONS HAZARD
BODILY INJURY AND
CONTRACTUALINSURANCE
PROPERTY DAMAGE
COMBINED
$
$
BROAD FORM PROPERTY
DAMAGE
I NOEPENDENT CONTRACTORS
PERSONAL INJURY
PERSONAL INJURY
$
E:
AUTOMOBILE LIABILITY
o
RNJE:�0969
f
9/01f8�
BODILY INJURY
s250'�``"~`
COMPREHENSIVE FORM
J q
Irieeption date 9/01/8`
(EACH PERSON)
BODILY INJURY
�44
s250
1'•J� ,'
EACH OCCURRENCE$
�p01'
OWNED
PROPERTY DAMAGE
si n
£T '
HIRED
NONOWNED
BODILY INJURY AND
PROPERTY DAMAGE
t
-
COMBINED
C
EXCESS LIABILITY
RLA162876
9/01/86
UMBRELLA FORM
.I (l
Trice t1Ori date 9/01/8
p
BODILYINJURYDAMA E
PROPERTY DAMAGE
OTHER THAN UMBRELLA
COMBINED
FORM
rt
D
WORKER'S COMPENSATION
FXS139036
9/01/86
STATUTORY
_
�..--
77 ._7,r.,.•_y_'7•. '
and
Inception date 9/01/85
EMPLOYER'S LIABILITY
i;::<""
f i o o tEACHACCIOFN
E
OTHER
RMJ820969
9/01/86
Garage Liab.
Inception date 9/01/8
Bodily Injury $250
F•ro t, it •. a 1 DD
;K a is I
IESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES
Cancellation-. Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail 1.0 days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
CITY OF DENTON
CITY HALL
E. MCKINNEY ST.
DENTON TX 76201
DATE ISSUED Dr''C 1 v 1985 V
A U 11101114LDLD HePRE
JIN WATSON -
FORMERLY PHILLIPS RADIO SERVICE, INC.
382.6121
813 SOUTH ELM 1.665.8538
DENTON, TEXAS 76201 GAIN.ESVILLE,TEXAS
December 02, 1985
In accordance with Page 9, Insurance Section, attached is a Certificate of
Insurance showing North Counties Communications, Inc., Insurance coverage.
North Counties Communications, Inc., carries a Communications Service Station
Policy which covers all aspects of the communications service and installation
business. This is not only a Liability Policy but much more.
We carry the full State required Workers Compensation Policy as well as
Accident and Health Insurance for our employees.
Our Liability Insurance also covers our personnel off our premises, on
customer's premises, and while in transit to and from our shop to call.
We also cover customers' vehicles while under our control or if we are
shuttling customers' vehicles to and from our shop to customer.
i.
NIS
U.
c
0
�
C N
Q
C Q
n cn
O O
�0 �_
03
c o
m
`S O
CD<
Q(
m Q
0
"v
CO
_Q0-
c
m
Q \
VC\\\
DATE January 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9557 1985 FY CAPITAL IMPROVEMENT PROJECTS FOR WATER
AND SEWER LINES
RECOMMENDATION We recommend this bid be awarded to the lowest and most
responsive bidder, Dickerson Construction in the amount
of $344,511 14
SUMMARY This bid is for the following CIP projects
1 Bolivar Street Waterline
2 Bolivar Street Sewerline
3 Northridge Waterline
4 Tulane Street Waterline
5 North Elm Street Sewer Line
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_
Den*an Municipal Utilities
FISCAL IMPACT 1985 FY Capital Improvements Projects
Account #624-008-0471-9114 $127,120 05
Account #624-008-0461-9114 $217�391 1199
Respectfully submitted
Rick Svehla
Acting City Manager
PreMbL
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name Tom D Shaw, � P M
Title Assistant Purchasing Agent
rnf5fD
Np
fDroInNC1
fD
�
�
N
mrt
=
bNAfDZCTC
m
N
N
cl
--I
O
�
Z
W
A
"
~
O
O 9 E
cn
r
N
C
co
CT1
iC+y7
W
N
ko
„
co
rn
w
-o c-5
O < r
co
to
A
al
v
...�
01
Cn
01
' C
o
�
m
A
W
r
w
y
r
o
c
0
v
o
o
N
r
� C' W
m
W
V
C7 ='�
W
O
V7'1
O
—I
t0
to
N
v
m
22
N
N
p%
W
N
01
'A
G
y
N
Cn
A
f7 W
-i
V
�O
Z Qe
W
tD
W
ul
m
N
N
al
W
O"rd
COD
O
O
O
O
O
F
Cf O
R=1
ww
W
v
fC+9
Z fK
ZGI
?
?
7Qy
;K
co
V
IN+
t0
N
V
pl
v
'ro
N
O
N
r
O
O
F
�
rr
0
S
O
Pd
N
C
n
0
S
January 7, 1986
CITY COUNCIL AGENDA ITEM
TO MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM Rick Svehla, Acting City Manager
SUBJECT
Consider Bid Opening, Bid #9557
RECOMMENDATION
SUMMARY
1 Bolivar Street Water Line
2 Bolivar Street Sewer Line
3 Northridge Water Line
4 Tulane Street Water Line
5 North Elm Street Sewer Line
The Public Utilities Board, at their meeting of December
18, 1985, recommended to the Council approval of the lowest
bid of Dickerson Construction in the amount of $344,511 14
The bids were opened December 17, 1985, and the results are
as follows
Dickerson Const ,
Denton, Tx
344,511
14
B&,F Construction,
Denton, tx
353,689
00
WF Harrison Const., Arlington, Tx
$495,827
00
Bar Construction,
Lancaster, Tx
$523,452
71
Calvert Paving Co
Denton, Tx
$586,613
00
BACKGROUND
These are approved FY 85
consists of replacing three
lines. These lines are old
replacement at this time
PROGRAMM, DEPARTMENTS OR GROUPS AFFECTED
4063U 16
CIP projects This package
water lines and two sewer
and deteriorated and warrant
Denton Municipal Utilities, local citizens, contractors
FISCAL II4PACT
FY 85 Section B
Water/Sewer Line Improvements
Project Name $ Recommended FY85
Account Number Award of Lowest Bid Budgeted
Rep Bolivar St WL $100,572 69 $75,000 00
Rep Bolvar St SL $86,743 80 $60,000 00
624-008-0471-9114-9938
Rep Northridgge WL $88,178 85 $71,000 00
623-008-0461-9114-7911
Rep Tulane St WL $28,639 65 $18,000 00
623-008-0461-9114-7939
Rep N Elm SL $40,376 25 $90,000 00
624-008-0471-9114-9956
$344,511 14 $314,000 00
The total lowest bid is about 9 7% higher than the budgeted
estimate
Source of Funds
Prepared by
Srini Sundaramoorthy
Civil Engineer
Aanrsoved by
/--Z—�Nel.Son
Director of Utilities
Exhibit I Location Map
II Bid Tabulation
III Minutes PUB Meeting of 12/18/85
4063U,17
Water bonds
Respectfully,
Rick ve a
Acting City Manager
I
I
WATERLINE
ROJECT LOCATI&
Ir=
jr
i I e � L��JI.J u!!a�• _ � � � t
L- :.
L J
_7I
0�`7 li
014VAR
I
� �E7L 1i J V
W .L JIJ�
�
�
• �3
g7
1
Il
�w
i 'L I 01! 4 T
I, -�r-,I
�.IsIJ
/ ` `
^� �_
�^ -IIII,
EXCERPT FROM
MINUTES
PUBLIC UTILITIES BOARD
December 18, 1985
11 Emergency Agenda Item
BID #9557 198S CIP SECTION B-WATER
Nelson explained that these were approved FY 85 CIP
projects The package consists of replacing three water
lines and two sewer lines These lines are old and
deteriorated and warrant replacement at this time
Thompson motion, Frady second, to approve the bid All
ayes, no nays, motion carried unanimously
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 8 day of January
A.D., 19_1&, by and between The City of Denton, TX
of the County of Denton and State of Texas, acting through
Rick Svehla. Acting City Manager thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
-Dickerson Construction Co, Inc., Box 181
of the City of Celina , 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 # 9557 - 1985 C.I.P UTILITIES - SECTION B
Purchase Order #71268 for $344,511.13
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
0
■
M
written explanatory matter thereof, and the Specifications— therefore,, as
prepared by 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.
ATTEST•.
ATTEST:
C `
APPROVED AS TO FORM:
City AttorniYv
CA-2
0044b
City of D n, Texas
Party of e F ps Pa , OWNER
By
Rick Svehla
(SEAL)
Dickerson Construction Company, Inc.
Party of thhp Sec d art, CONTRACTOR
By _
Title Lewis Dickerson
President
(SEAL) =
BOND NLZMER: 612-4801
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF HARRIS )(
KNOW ALL MEN BY THESE PRESENTS: That DICEERSON CONSTRUCTION
COMPANY, INC. , of the City of CELINA
County of DENTON , and State of TEXAS
as PRINCIPAL, and FIDELITY AND DEPOSIT OF MARYIAND
as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto,the CITY OF DENTON, TX
as OWNER, in the penal sum of Three Hundred Forty -Four Thousand Five Hundred Eleven
and 13/100--------- Dollars ($ 344,511.13 ) 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 _aM day of ,T NnARv , 19$fi_, for the construction of
BID # 9557 - 1985 C.I.P. UTILITIES - SECTION
PURCHASE ORDER #71268
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 DENTCN County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder,
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 8TH day of JANUARY , 19 86.
DICKERSON CONSTRUCTION COMPANY INC
Principal
By
LEWIS D. DICKERSON
Title PRESIDENT
P. O. BOX 181
Address CELINA, TX 75009
FIDELITY AND DEPOSIT OF MARYLAND
Surety
REGENIA PIZZO
Title ATTORNEY —IN —FACT
2925 BRIARPARK #150
Address 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
COMPLAINT NOTICE
NOTE: Date of Bond must not be prior to date of Contract. Should any dispute arise aboutyour premium or about a claim
that you filed, contact the agent
or write to the company that
Pg_Z issued the policy. If the problem
is not resolved, you may also write
the State Board of Insurance,
0091b Department C, 1110 San Jacinto,
Austin, TX 78786. This notice of
complaint procedure is for infor-
mation only and does not become
a part or condition of this policy.
BOND NLM3ER: 612-4801
PAYMENT BOND
STATE OF TEXAS )(
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
COMPANY. INC. of the City of CE INA ,
County of DENTON and State of TEXAS , as principal, and
FIDELITY AND DEPOSIT OF MARYLAND
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, TX
, OWNER, in the penal sum of Three Hundred Forty -Four
Thousand Five Hundred Eleven and 131100-------------- Dollars ($344.511.13 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 8TH day of JANUARY , 19 86 .
CONSTRUCTION OF BID # 9557 - 1985 C.I.P. UTILITIES - SECTION B
PURCHASE ORDER #71268
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 -bf said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder. '
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 8TH day of JANUARY , 19 86 .
DICKERSON CONSTRUCTION COMPANY, INC. FIDELITY AND DEPOSIT OF MARYLAND
Principal
By
LEWIS D. DICKERSON
Title
PRESIDENT
'
P. O. BOX 181
Address CELINA, TX 75009
Surety
AEGENIA PIZZO T�—
Title ATTORNEY -IN -FACT
2925 BRIARPARK #150
Address HOUSTON, TX 77042
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
WILLIAM H. RATZ & ASSOCIATES INC.
2925 BRLARPARK #150, HOUSTON, TX 77042
PB-4
0092b
BOND NUMBER: 612-4801
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF HARRIS )(
KNOW ALL MEN BY THESE PRESENTS: THAT DICKERSON CONSTRUCTION
COMPANY, INC. as Principal, and FIDELITY AND DEPOSIT OF MARYLAND
a Corporation authorized to do usiness 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 four
Thou
don1Thouand
1/100------------- Dollars 34.451.11 10F%obof
theuoamtofe and
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 DICF7MON CONSTRUCTION COMPANY, INC.
has this day entered into a written contract with the said City of Denton to build
and construct BID # 9557 - 1985 C.I.P. UTILITIES - SECTION B
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
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 DICKER.SON CONSTRUCTION
COMPANY
INC. as Contractor and Principal, �a caused
t ese presents to be executed by LEWIS D. DICKERSON. PRESIDENT
and the said FIDELITY AND DEPOSIT OF mARyimD
as surety, has caused these presents to be executed by its Attorney -in -Fact
RECENIA PIZZO and the said Attorney -in -Fact has hereunto set his hand
this 8TH day of JANUARY , 19 86 .
SURETY: PRINCIPAL:
FIDELITY AND DEPOSIT OF MARYLAND
BY: 7 GC /
IZZO
Attorney -in -Fact
00.93b
DICKERSON C0 UCT ON COMPANY, INC.
ILMIS D. ICKERSON
PRESIDENT
MB-2
a
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:
I.
II.
TYPE OF COVERAGE LIMITS OF LIABILITY
WORKMEN'S COMPENSATION STATUTORY
COMPREHENSIVE GENERAL LIABILITY
Bodily Injury $300,000 $1,000,O0O
Each occurance Aggregate
Property Damage $10U,000
Each accident
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 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.
#0399c
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 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
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 snail 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:
r REMARKS:
City of Denton
901-B Texas St.
Denton, TX 76201
Bid # 9557
L Attn: John J. Marshall, C.P.M.
Purchasing Agent
NAME AND ADDRESS OF INSURED:
J
—
Insurance Company
Typo of Insurance
Policy
Number
Effective
Date
ExpirationLIMITS
Date
OF LIABILITY -
Workmen's Compensation
Statutory
and
Employers Liability
Employers Liability Limits—$100,000
Comprehensive
Bodily Injury
General Liability
"
$ Each Occurrence
Aggregate Products
$ & Completed Operauor
Property Damage
$ Each Occurrence
$ Aggregate Operations
$ Aggregate Protective
$ Aggregate Contractual
Aggregate eroducts
•
$ & Completed Operation
Corprehemive
Bodily Injury
Automobile Liability••
$ Each Person
$ Each Occurrence
Property Damage
$ Each Occurrence
*Absence of any appropriate entry means no such insurance is in force. NAME AND ADDRESS OF AGENCY :
*'Covers all owned, nowowned or hired vehicles.
PHONE NUHBER OF AGENCY
II 1
Authorized Representatives of the Insurance Companies referred to above.
PURCHASING DEPARTMENT
City of Dentori
901.8 Texas St.
Denton, Texas 76201
BID INVITATION
CITY OF DENTON, TEXAS
Date November 27, 1985
BID NUMBER 9557
ADDENDUM #1
BID TITLE 1985 C.I.P. UTILITIES
SECTION B
Sealed bid proposals will be received until 2:00 p.m.
December 17, 1985 at the office of the
Purchasing Agent, 901-B Texas St., Denton, Texas 76201
For additional Information contact
JOHN J. MARSHALS, C.P.M. Tom D. SHAW, C.P.M.
PURCHASING AGENT ASSIST. PURCHASING AGENT
Office
817-566-8311
INSTRUCTIONS TO BIDDERS
D/FW Metro
817-267-0042
1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late
proposals will be returned unopened.
2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely
sealed envelope, and mailed or delivered to the Purchasing Department. City of Denton, 901-8 Texas St., Denton, TX
76201.
3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying
same, or it will not be considered.
4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated.
5. The City of Denton, Texas reserves the right to accept separate items In a bid unless this right is denied by the bidder.
& In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor
liable for any and all resultant increased costs as a penalty for such default.
7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids
remain in force for a sixty (60) day period after opening or until award is made; whichever comes first.
& The quantities shown maybe approximate and could vary according to the requirements of the City of Denton
throughout the contract period.
8. The item are to be priced each net. (Packaging or shipping quantities will be considered.)
10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all Information and/or
questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent.
11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or Its representatives
prior to award shall be Bounds for disqualifications.
12- The conditions and terms of this bid will be considered when evaluating for award.
13. The City of Denton is exempt from ail sales and excise taxes. (Article 20.04.8)
BID NUMBER 9557 BID PROPOSALS Page 2 of 7
ITEM I STOCK NUMBER DESCRIPTION I QUAN. I PRICE I AMOUNT
ADDENDUM #1
This addendum to include the bid tabulation sheets
that were left out of the specifications.
No Other changes.
TOTALS
We quote the above f.o.b. Denton, Texas. Shipment can be made in ^"nays from receipt of order. Terms
net if not 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.
Date ����� lei Bidder ,t �� Zt.
Title �� r'�- Signatur
1985 UTILITIES CIP-SECTION B
BID TABULATION SHEET
NORTH ELM SANITARY SEWER
ITEM DESCRIPTION
2.12.14-C 8' Sewermain (PVC)
3-C
Remove Concrete Drives
& Sidewalks
5.7-B
Asphalt Patch Type D
7.6
4' Manhole
8.3
Concrete Driveways
WS-11-A
4' Sewer Service (W)
WS-11-B
4' Reconnect (E)
SP-2
Sawcut Existing
SP-6
Break into Exist. Manhole
S.P-10
Rock Clause
0
1327a/l
BID# 9557
PO#
WORK DAYS 30
BID
UNIT
QUANTITY
PRICE
EXT. TOTAL
1,317
LF
ZV,sv /LF
3Z, z6d-;'-
18
BY
/�•/SY
3
Ton
go. /Ton
ZVo.
a
2
EA
/,?5o,``/EA
�s
18
SY
Z-7 /SY
19
EA
EA
Z-qSL•
`
19
EA
Z "-/EA
78
LF
5. /LF
2
EA
feu.`/EA
0
CY
3a• `' /CY
-
4�y
Bid Total:
BID# 9557
P0;
WORK DAYS 70
1985 UTILITIES CIP-SECTION B
BID TABULATION SHEET
NORTHRIDGE WATER LINE
BID
UNIT
ITEM
DESCRIPTION
QUANTITY
PRICE
EXT. TOTAL
2.12.8-e
Cast Iron Fittings
0
&L
Z sR' /
$ _o -
2.12.8-A
8' Ductile Iron
40
LF
29. /LF
/64c,°
2.12.20-A
6' Watermain PVC
60
LF
25.a=
/LF
°=
2.12.20-B
8' Watermain PVC
3,013
LF
15.,s= /LF
yL 10Z S
2.13-A
6' Gate Valves
7
EA
56c, /EA`-
2.13-B
8' Gate Valves
2
EA
654°7'EA
2.14
Fire Hydrant
1
EA
i61Sf�.`=/EA
%,���•°-
2.16-A
3/4' Water Service
57
EA
251"t/EA
/% Y5C:.°-
2.16-B
1 1/2' Water Service
1
EA
Sov.`' EA
3os• °t
2.16-C
Meter and Meter Connection
58
EA
/Jo`yEA
Y,7co ._
3-A
Remove Concrete Pavement
20
SY
15 `2/SY
r w.`'
3-B
Remove Curb and Gutter
30
LF
/a.°`/LF
3s"•
3-C
Remove Concrete Drives
5
SY
/,6.`d�/Sy
SG'°it
5.7-B
Asphalt Patch T
p Type D
192
Ton
c
au, /Ton
�S,3ro,°_
5.8
Concrete Pavement
20
SY
35, le/Sy
-7 do' Qt
7.4
Concrete Encasement
20
CY
9S.°-U/Cy
/5"o. °o
8.2-A
Concrete Curb and Gutter
30
LF
/S';'-
8.3
Concrete Drives
5
SY
yy,"-/SY
o,
y90 -
SP-2
Saw Cut Existing
96
LF
5°�/LF
S.P-10
Rock Clause
0
CY
3o.`/CY
-�—
Bid Total:
1327a/2
0
ITEM
2.12.8-B
2.12.20-a
2.13-A
2.14
2.16-A
2.16-C
3-A
3-B
3-C
5.7-B
5.8
7.4
8.2-A
8.3-A
8.3
SP-2
S.P-10
1327a/3
1985 UTILITIES CIP-SECTION B
BID TABULATION SHEET
TULANE ST. WATER LINE
DESCRIPTION
Cast Iron Fittings
8' Watermain PVC
6" Gate Valves
Fire Hydrants
3/4' Water Service
Meter and Meter Connection
Remove Concrete Pavement
Remove Curb and Gutter
Remove Concrete Drives
and Sidewalks
Asphalt Patch Type D
Concrete Pavement
Concrete Encasement
Concrete Curb and Gutter
Concrete Sidewalks
Concrete Drives
Sawcut Existing
Rock Clause
BID
QUANTITY
01
783 LF
2 EA
2 EA
18 EA
18 EA
8 SY
15 LF
46 SY
BID# 9557
PO#
WORE DAYS 30
UNIT
PRICE
2.s=' A
20.-�T/LF
Sie.97EA
1105�44 EA
33D.5'�/EA
/Sri,"/EA
id, `' /LF
/O. `^%SY
15
Ton
8
SY
35 s'/SY
6.7 CY
T%'� CY
15
LF
iS.`-=/LF
13
SY
•Ll.J'/SY
33
BY
Z7,"-/SY
250
LF
5• ca/LF
0
Cy
3 0-`�/CY
Bid Total:
EXT. TOTAL
.-
'P
%fJGYJ.
e..
2,740.
yr
—o —
BID# 9557
PO#
WORK DAYS 60
1985 UTILITIES CIP-SECTION B
BID TABULATION SHEET
BOLIVAR ST. SANITARY SEWER
BID
UNIT
ITEM
DESCRIPTION
QUANTITY
PRICE
EXT. TOTAL
2.12.14-A
4" Sewermain PVC
40
LF
7a.`"-/LF3�p..�=
2.12.14-B
6" Sewermain PVC
180
LF
3,%`-%LF
S,
2.12.20-B
8' Watermain PVC
1,791
LF
3-B
Remove Curb and Gutter
25
LF
Jo.° /LF
5.7-B
Asphalt Patch Type D
150
Ton
4D.``'/Ton
Z,cod .`-1
7.4
Concrete Encasement
40
CY
75 `=/CY
3,aww `
7.6
4' Manhole
2
EA
/•75j °�/EA
Z,'7w• °=
8.2-A
Concrete Curb and Gutter
25
LF
!S`p /LF
WS-11-A
4' Sewer Service
50
EA
z5-c-'%EA
iz,3•o,�
SP-6
Break in Exist. Manhole
2
EA
Sc�.`-%EA
/coo.`
SP-7
Sewer Clean Out
2
EA
Ste."/EA
4^
O"O
SP-8
Remove Manhole
4
EA
j50.'�/EA
3 V,Oo
SP-9
Drop Manhole
3
EA
Z.wx�. /EA
S.P-10
Rock Clause
0
CY
30 /CY
-
Bid Total:
1327a/4
0
BID# 4557
PO#
WORK DAYS 70
1985 UTILITIES CIP-SECTION B
BID TABULATION SHEET
BOLIVAR ST. WATER LINE
BID
UNIT
ITEM
DESCRIPTION
QUANTITY
PRICE
EXT. TOTAL
2.12.8
8" Ductile Iron
50
LF
ys,`=/LF
$ oZj�, S,
2.12.8-B
Cast Iron Fittings
0
&-
2.12.20-A
6" Watermain PVC
36
LF
Z5."�/LF
�o�•v�
2.12.20-B
8" Watermain PVC
2,694
LF
20,'t/LF
55,092, so
2.13-B
6` Gate Valves
4
EA
3 '/EA
Z ,;��, °�
2.13-B
8" Gate Valves
2
EA
e:r�,"/EA
2.14
Fire Hydrant
1
EA
/vsa"-/EA
2.16-A
3/4" Water Service
59
EA
25u, /EA
2.16-B
1 1/2" Water Service
9
EA
Sou` /EA
y,Sw.`
2.16-C
Meter and Meter Connections
68
EA
15,%"/EA
z.0.`=
3-B
Remove Curb and Gutter
20
LF
/0.`=/LF
Zoo•°-
5.7-B
Asphalt Patch Type D
200
Ton
Al /Ton
/(qr0' o:•
7.4
Concrete Encasement
27
CY
qs °=/CY
Zoii'=
8.2-A
Concrete Curb and Gutter
20
IF
/$*;=/LF
SP-2
Sawcut Existing
16
LF
5. "--/LF
80•
SP-5
14"-Gage 7 Steel Casing Pipe
30
IF
m.`/LF
Y0
S.P-10
Rock Clause
0
CY
3a. `` /CY
—0-
Bid Total:
1327a/5
MI -PIP A
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
For the Construction of
19ds C.I.P. Utilities Section B
IN
DENTON, TEXAS
The undersigned, as oidder, declares that the only person or
parties interested in this proposal as principals are those
named nerein, that tnis proposal is made without collusion with
any otner person, firm or corporation; that Lie has carefully
examined the form of contract, Notice to Bidders,
specifications and the plans tnerein referred, to, and nas
carefully examined the locations, conditions, and classes of
materials of tnd proposed work and agrees that ne will provide
`all the necessary labor,- macninary, tools, apparatus, and other
items incidental to construction, and will do all the work and
furnisn all the materials called for in the contract and
specifications- in the manner prescr wed tnerein and according
to the requirements of the City as tnerein set forth.
It is understood that the following quantities of work to oe
done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating oids.
It is agreed' tnatj'tne quantities of work to be done at unit
prices and ,naterial to oe` furnisned may oe increased or
diminished, as may.oe considered necessary, in the opinion of
the City, to ,complete the worK fully as planned and
contemplated, and that all quantities of worK wnetner increased
or decreased are to oe performed at the unit prices set forth
oeiow except,as'provided for"in the specifications.
It is, further agreed: that lump sun prices may be increased to
cover. additional work ordered oy the City, out not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may oe
decreased: to cover "deletion of work so ordered,
a
P - 1
It is understood and agreed that the work is to be completed in
full within the working days specified on the Bid Summary sheet.
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 cnis
proposal snail be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder snail fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in wnicn case the bid
security snail become cne property of the Owner, and snail be
considered as payment for damages due to delay and otner
inconveniences suffered by cne owner on account of sucn failure
of the bidder. It is understood tnat the Owner reserves the
right to reject any and all bids.
Tne undersigned nereoy proposes and agrees to 'perform all work
of wnatever nature required, in strict accordance witn the
plans and specifications, for the following sum or prices, to
wit:
P - 2
BID NUMBER 5557
BID SUMMARY SHEEP
PROJECT NAME
1. Bolivar Street Water Line
2. Bolivar Street Sewer
3. Nortnridge Water line
4.• Tulane Street water line
5. Nortn Elm Street Sewer
6. Projects 1-5 Coined
BID 'TOTAL #WORK DAYS
$ (lip Ivl.3� 70
ro 3�z 6U
$ q'1;R1C S Y 3U
$ 31�8z1,$y 7U
44�86Zs~' ' f 30
$ 38"L�IQC, �; '. Sec Be�ow 26U
Tnese projects may oe bid separately or togetner (See #6).
The City ;nay award any of #1-6 or combinations of #1-5.
Tne City reserves the rignt of final decision. If the
projects are awarded togetner, oidders may use total
workdays. Contractor snail not qualify any oid sunmitted.
Rock clauses for eacn project snould not exceed $5,000 for
eacn project.
AWA01"l all Ntc f pta jee-43 logo Ttaj" -,,O{dl 4J.
L,o. - i�JijI Yr-
F - 3
BID NUMBER 9557
BID SUMMARY
DOTAL BID PRICE; IN WORDS µ(p,t ljuwjg•,a 5�k; �ou dtjA
N%tj Il •��lop ) a"c fttw ctfA5
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 tnat the worK proposed to be done snail oe
accepted, when fully completed and finished in accordance witn
the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in tnis
proposal nave been carefully cnecxed and are submitted as
correct and final.
Unit and lump -sum prices as snown for each item listed in this
proposal, shall control over extensions.
DiCktE.)Oa1 Co{✓)E,cn''Nt
CONTRACTOR
alit-tcz.)on/
,
_, I'fll O•i,- _. - -
:t..7�..a eel, liuuL C.1.S
-t--=
r�o1 eK�3
<��ftty and State
L &�' Autnorization
ird,,{f`a Corporation)
y
2 - 4
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
WFIDELITY AND DEPOSIT COMPANY
Compardet 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 aide hereof and are hereby certified to be in
full force and effect of the date thereof, do hereby nominate, constitute, and appoint William H. Ratz, Maryanne
Wilson, Regenia Pizzo, Carole Kamman and Edward L. Moore, all of Houston, Texas,
EACH.............................................................................. ,.
t >eitrue 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 .............
A`nEthe 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
COMPANY this .....................
2 I .s... -t.-.....-----....................... day of ................. Janu-..........
ary --........A.D. 19_85-- -----.
ATTEST: FIDELITY AND DEPOSIT
SEeL
�_...�� ....g.e........... B,
�`^� Arsistont Seuetary
p 'FIDELI'
SEAL W 1C f. ---DA4..........-B,
...... ................
Auntant Secretary
Vice-Presidatt
STATE OF MARYLAND l as:
CITY OF BALTIMORE
On this 2 1st) 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 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 officars
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 eforemid, and that the seats affixed 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, 1 have hereunto set my hand and affixed my Off isl /W�
timore t d year first above
written.
..... .................... ...............................................:NPo6Lc
e My commission expires.July... I-x... 1986 ......................
CERTIFICATE
I, 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 1 do further certify that the Vice -Presidents who executed the mid Power of Attorney were Vice -Presidents specially
authorised by the Boards of Directors to appoint any Attorney+n-Fact as 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 l6th 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:'"Mat the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, wharher made heretofore or
hereafter, whenever appearing upon a certified copy of any power ofattorney issued by the Company, shall be valid and binding upon the Company
with the mine force and effect as though manually affixed.'
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate male of the said Companiea, this....... 8TH
day of..............JANUARY 86.... ..........................., 19...........
i
......................su.... .................
AeSecretary
LI41ar1Tx1—al 17 0— 3 613
FOR YOUR PROTECTION LOOK FOR THE F&D "'ATERMARK
DATE January 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9558 27" WATERLINE LOWERING
RECOMMENDATION We recommend this bid be awarded to the lowest most
responsible bidder, Calvert Paving Company, in the amount
of $31,000 00
SUiNN►RY This bid is for the lowering of a 27" waterline to facilitate
a change in the drainage channel near the Water Treatment
Plant This line has to be lowered to clean the channel and
to avoid future washout of the line due to floods
BACKGROUND: Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
Denton Municipal Utilities (Water Production Plant)
FISCAL IMPACT 1985 FY Capital Improvements Project
Respectfully submitted
Rick Svehla
Acting City Manager
Prep d
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
v+
oy=
--I
O
N
O
CD
O
C
2e
O
O
V
f"f W
V
C
W
V
iC�ayijJ
j
-1 T
A
�
O
�
O
n C7
W
rfl
W
O
0)
CITY COUNCIL AGENDA ITEM
TO MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM Rick Svehla, Acting City Manager
SUBJECT
January 7, 1986
Consider Bid Opening Bid #9558, 27" Water Line Lowering
RECOMMENDATION
S UMM AR Y
The Public Utilities Board, at their meeting of 12/18/85,
recommended approval of the lowest bid of Calvert Paving
Company, Denton, in the amount of $31,000
The bids were opened December 17, 1985, and the results are
as follows
Calvert Paving Co Denton, Tx $51,000 00
WF Harrison Const , Arlington, Tx $54,000 00
Dickerson Const Denton, Tx $68,970 36
B&F Const Allen, irx $77,724 00
of
BACKGROUND
This is an approved FY 85 CIP project The existing 27"
water line is one of the main transmission lines coming out
from the Water Treatment Plant and was installed during
1957-58 Due to the proposed drainage channel in this
area, it becomes necessary that this existing water line
segment at channel crossing, about 150 LF, be lowered
approximately 6 feet This line has to be lowered to clean
the proposed channel, and this avoids any future washout of
the line due to floods
The Board believes that it is the right time to take care
of any future flooding problems as a result of construction
fom the Golden Triangle Mall and Colorado Boulevard
PROGRAM, DEPARTMENTS OR GROUPS AFFECTED
Denton Municipal Utilities, local citizens, contractors
4063U 18
FISCAL IMPACT
FY 85 CIP budge= estimate
Recommended approval of the bid of
Calvert Paving Co , Denton, Tx
Source of Funds
Water Bonds
Prepared by
Srini Sundaramoorthy
Civil Engineer
4App ov d b
e son
Director of Utilities
$30,000 00
$31,000 00
623-008-0460-9138-7910
Respectfully,
Rick ve a
Acting City Manager
Exhibit I Location Map
II Bid Tabulation
III Minutes PUB Meeting of 12/18/85
4063U 19
EXCERPT FROM
MINUTES
PUBLIC UTILITIES BOARD
December 18, 1985
12 Emergency Agenda Item
BID OPENING BID #9558, 27 INCH WATER L
Nelson explained that this was also an approved FY CIP
project The existing 27 inch water line is one of the
main transmission lines coming from the water plant, and
was installed during 1957-58 Due to the proposed drainage
channel in this area, it becomes necessary that this
existing water line segment channel crossing, about 150 LF,
be lowered approximately b feet This line has to be
lowered to clean the proposed channel, and this avoids any
future washout of the line due to floods
Staff
to take care
feels
it is problems has right
resulttime
fm
f construction
the Golden Triangle Mall and Colorado Boulevard
Coomes motion, Thompson second, to approve the bid All
ayes, no nays, motion carried unanimously
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF TEXAS )(
THIS AGREEMENT, made and entered into this __.U_ day of January
A.D., 19 86, by and between the City of Denton, Texas
of the County of Denton and State of Texas, acting through
Rirk Svahla Arting rity ManaaPr thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
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 #9558 Purchase Order #71714 27" Waterline Lowering
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 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.
ATTEST:
APPROVED AS TO FORM: /f
Ci�ttor y
CA-2
0044b
City 9LDenton, Texas
Party f th First art, OWNER
Rick Svehla
(SEAL)
Party of the Second Part, CONTRACTOR
gy
Title
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF )(
KNOW ALL MEN BY THESE PRESENTS:
, of the City of _
County of , and State of _
as PRINCIPAL, and
That
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
as OWNER, in the penal sum of Thirty -One Thousand and no/100 --------------------
------------ Dollars ($ 31,000.00 ) 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 _ day of , 19 , for the construction of
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 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 day of , 19
By
Title
Address
Principal
(SEAL)
Title
Address
Surety
The name and address of the Resident Agent of Surety is:
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
STATE OF TEXAS )(
COUNTY OF )(
County of
PAY11ENT BOND
KNOW ALL MEN BY THESE PRESENTS: That
of the City of ,
and State of , as principal, and
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto
, OWNER, in the penal sum of Thirty -One Thousand and
nn/100--------------------------------------------- Dollars ($ 31,000.00 >
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
then presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the day of , 19
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 _ day of , 19
By
Title
Address
Principal
(SEAL)
Title
Address
Surety
The name and address of the Resident Agent of Surety is:
PB-4
0092b
(SEAL)
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF )(
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal, and
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
Hundred and no/100------------------------- Dollars 3,100.00 , 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
has this day entered into a written contract with the said City of Denton to build
and construct
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
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
as Contractor and Principal, has caused
these presents to be executed by
and the said
as surety, has caused these presents to be executed by its Attorney —in —Fact
and the said Attorney —in —Fact has hereunto set his hand
this day of , 19
SURETY: PRINCIPAL:
BY:
Attorney —in —Fact
NB-2
0093b
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 $3UO,000 $1,000,000
Each occurance Aggregate
Property Damage $lOU,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 INSURANCE POLICY with the
following limits:
BODILY INJURY PROPERTY DAMAGE
$300,000 each person $1OO,000 each accident
$300,000 each accident $1,000,OUO 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.
#0399c
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 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
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 wilT 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:
r REMARKS:
City of Denton Bid # 9558
901-8 Texas St.
Denton, TX 76201
L Attn: John J. Marshall, C.P.M. J
Purchasing Agent
NAME 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 Operation
Property Damage
$ Each Occurrence
$ Aggregate Opefilu",
$ Aggregate Pru'vOlvi
$ Aggregate Contractual
Aggregate ✓roducts
$ & Completed Operation
Comprehensive
Bodily Injury
Automobile Liability••
$ Each Person
$ Each Occurrence
Property Damage
$ Each Occurrence
-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.
PRONE NUMBER OF AGENCY Authorized Representatives of the Insurance Companies referred to above.
CI—Z
3
BID #q;18
PROPOSAL
TO
THE CITY OF DENTON, 'TEXAS
For the Construction of
27" Waterline Lowering
IN
DEN'TON, 'TEXAS
Tne undersigned, as oidder, declares tnat the only person or
parties interested in this proposal as principals are those
named nerein, tnat this propusal is made wittiout collusion witn
any otner person, firm or corporation; tnat ne nas carefully
examined the form of contract, Notice to Bidders,
specifications and the plans tnerein referred to, and nas
caretully examined the locations, conditions, and classes of
materials of the proposed worK and agrees tnat ae will provide
all the necessary labor, macninery, tools, apparatus, and otner
items incidental to construction, and will do all the WorK and
furnisn all the materials called fur in the contract and
specifications in the manner prescribed tnerein and according
to the requirements of the City as tnerein set fortn.
It is understood tnat the following quantities of worx 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 oe done at unit
prices and material to oe furaisned may oe increased or
diminisned as may be considered necessary, in the opinion of
the City, to complete the worK fully as planned and
contemplated, and tnat all quantities of worK wnetner increased
or decreased are to oe pertor,aed at the unit prices set forth
below except as provided for in the specifications.
It is furtner agreed tnat lump sum prices may be increased to
cover additional worK ordered by the City, out not snown on the
plans or required by the specifications, in accordance witn the
provisions to the General Conditions. Similarly, they may oe
decreased to cover deletion of WorK so ordered.
P - 1
tt is understood and agreed that the wurK is to oe completed in
full witnin forty eignt (48) worKing nuurs.
Accompanying tnis proposal is a certified or casnier's cnecK or
Bid Bond, payaole to the Owner, in the amount of five percent
of the total oid.
It is understood that the uid security accompanying this
proposal snail oe returned to the oidder, unless in case of the
acceptance of the proposal, the oidder snail fail to execute a
contract and file a performance pond and a payment pond witnin
fifteen days after its acceptance, in wnicn case the aid
security snail oecome the property of the Owner, and snail oe
considered as payment for damages due to delay and otner
inconveniences suffered oy the Owner on account of sucn failure
of the oidder. It is understood tnat the Owner reserves the
rignt to reject any and all uids.
fne undersigned nereoy proposes and agrees to perform ali worK
of wnatever nature required, in strict accordance witn the
plans and specifications, for the following sum or prices, to
wit:
P - 2
POD## qSS�
WORK HOURS - 48
BID TABULATION SHEET
Item and Description - 27' water line Lump Sum Bid Price to
install the valve and lower the line for the cnannel crossing
as per the enclosed plans and specifications.
1419g
270
Water line
lowering
= $ �I�C��
•c��
RocK
Clause:
0 CY
= $
30 /CY
NOT TO EXCEED $1,000.00
MW
BID NUMBER 9558
BID SUMMARi
TOTAL BID PRICE IN WORDS
6j� u�5 0 / (
In the event of the award of a contract to the undersigned, the
undersigned will furnisn a performance pond and a payment pond
for the full amount of the contract, to secure proper
compliance witn 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
laoor performed and materials furnisned in the fulfillment of
the contract.
It is understood tnat the worK proposed to oe done snail oe
accepted, wnen fully completed and finisned in accordance witn
the plans and specifications, to the satisfaction of the
Engineer.
Tne undersigned certifies tnat the oid prices contained in tnis
proposal nave peen carefully cnecKed and are suomitted as
currect and final.
Unit and lump -sum prices as snown fur eacn item listed in tnis
proposal, snail control over extensions.
O. li s" Zb�
Street Address
City and state
Seal & Autnorization
(If a Corporation)
C�«�\ ��-1-b���
Telegnone
P - 4
'PURCHASING DEPARTMENT
City of Defiton
90T-B Texas St.
Denton, Texas 76201
Calvert Paving Co.
P.O. Box 268
Denton, TX 76201
BID INVITATION
CITY OF DENTON, TEXAS
Date December 9, 1985
BID NUMBER 9558
ADDENDUM #1
BID TITLE 27" WATERLINE LOWERING
Sealed bid proposals will be received until 2:00 p.m.
December 17, 1985 , at the office of the
Purchasing Agent, 901-B Texas St., Denton, Texas 76201
For additional information contact
JOHN J. MARSHALS, C.P.M. Tom D. SHAW, C.P.M.
PURCHASING AGENT ASSIST. PURCHASING AGENT
Office
817.566.8311
INSTRUCTIONS TO BIDDERS
D/FW Metro
817-267-0042
1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late
proposals will be returned unopened.
2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely
sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901-B Texas St., Denton, TX
76201.
3. Any submitted article deviating from the specifications must be Identified and have full descriptive data accompanying
same, or It will not be considered.
4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated.
5. The Clty of Denton, Texas reserves the right to accept separate Items in a bid unless this right is denied by the bidder.
6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor
liable for any and all resultant increased costs as a penalty for such default.
7. The City of Denton reserves the right to reject any and all bids, to waive all informalitles and require that submitted bids
remain In force for a sixty (60) day period after opening or until award is made; whichever comes first.
8 The quantities shown maybe approximate and could vary according to the requirements of the City of Denton
throughout the contract period.
9. The Items are to be priced each net. (Packaging or shipping quantities 'will be considered.)
10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or
questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent.
11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives
prior to award shall be Bounds for disqualifications.
12. The conditions and terms of this bid will be considered when evaluating for award.
13. The City of Denton is exempt from all sales and excise taxes. (Article 20.048)
BID'NUMBER 9558 BID PROPOSALS Page 2 of 3
ADDENDUM #1
ITEM
STOCK NUMBER DESCRIPTION
QUAN.
PRICE
AMOUNT
Please change the specifications and materials for
this project as follows:
11
27" Gate valves are not standard - use a 24" gate
I
Ir)IOoo�
Id��oo°
valve instead
t odooO
�- ovc�°
2.
Include a 27" to 24" reducer fitting to accomodate
this change
3.
Include fittings etc necessary to accomodate the
change.
TOTALS
We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms
net if not 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.
�na ^
Date Bidder
Title � Signature
ti
Page 3 of 3
BID #9558
ADDENDUM #1
27" WATERLINE LOWERING
ADDENDUM #1
The following is to be used for cutting a 24" gate valve with
bypass into the 27" line. The valve is to be located 35' off
the center line of Woodrow Lane to the east. Please do not
scale the location off the plan sheet. Location is 35' off
center line to the east so the manhole will be located about 3'
behind the curb of the future 4 lane divided Woodrow Lane.
The 24" gate valve is being specified to allow suppliers to
provide a standard valve. A closure section will be used with
flanged fittings to attach the valve. The 20" line is
estimated at about 6 feet deep in Woodrow and the 27" line
about 3 to 4 feet deep in the dirt road. The valve is to be
installed in a vertical position with a manhole (standard
construction) located over it for access. A forty inch ring
and cover shall be used in place of the standard. The walls
shall have enough slope outward to allow adequate working room
for working on the valve bypass gears.
The project should be bid as listed above. This will be the
last addendum so any other -major items effecting bid prices
should be bid at the contractors best estimate.
#0363E
TheTrinifiy Trinity Universal Insurance Co
ecurit National Insurance Co.
l S
Companies Trinity Universal Insurance Co.
of Kansas, Inc.
Dallas, Texas 75201
and
TEXAS STATUTORY PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That CALVERT PAVING CORPORATION
SECURITY NATIONAL INSRUANCE COMPANY
ereinafter called the Principal) as Principal
Dallas, Texas, (Hereinafter called the Surety), as Surety are held and firmly bound untoTHE CITY OF
DENTON TEXAS
(Hereinafter called the Obligee), in the amount of THIRTY ONE THOUSAND DOLLARS & NO/100--
------------------------------------------------------------------- (Dollars)
31, 000.O0******�:***
($ )for the payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the loth
day of January 19 86 to for the 27inch water -line lowering - Bid #9558
Purchase order #71
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 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.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this2_2
day of January 19 86
IPRINCIPA L)~ a vert Paving Corporation
S-3562
By. Randall L. Minnis
ATTONEY-IN•FACT
Ramey, King & Minnis
TheTrinity
Companies
Dallas. Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III OR
RANDALL L. MINNIS - DENTON, TEXAS
its true and lowful Attorney(s)-In-Foci, with full authority to execute on its behalf fidelity and surety
bonds or undertakings and other documents of o similar character Issued In the course of Its business, and
to bind the respective company thereby, In amounts or penalties not exceeding the sum of
ONE MILLION AND N01100 Dollar:.($ 1,000,000 )
EXCEPT NO AUTHORITY IS GRAN FED FOR.
I. Bid or proposal bonds where esl emoted t'onitact price exceeds the asnount sr-ated herein.
2. Open Penalty bonds.
3. Bonds where Attorney(s)-In-Fact; appear as o party at
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE
executed and arrested these presents
in terest.
COMPANY, SECURITY NATIONAL IN -
COMPANY OF KANSAS, INC., have each
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of
Directors on the Ist day of March, 1976 and of which the following is a Krue, full, and complete copy:
"RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered is make, execute, and deliver in behalf of these Companies
unto such person or persons residing within the United S>otes of America, as they may select, Its Power
of Attorney constituting and appointing each such person its Attorney -in -Fact, with full power and author-
ity to make, execute and deliver, for it, In its nome and In Its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to
which such Powers of Attorney may be restricted, to be in each Instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in -Fact and Officers ef4he Companies, including Assistant Secre-
taries, whether or not the Secretary Is absent, be and are hereby authorized and empowered to certify or
verify copies of the. By -Lows of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with fegurd to the powt:rs of .:ny of the officers of these Companies or of Attorneys -in -
Fact.
RESOLVED, That the signotare of any of the persons descnbed in the foregoing resolution may be fac-
simile signatures as fixed of reproauced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereinabove aurbonzed."
CERTIFICATION OF POWER ATTORNEY
I, Juidth E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney Issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
this 22 day of January 19 86
:CC A r :a AU aI TH E. FAGAN. CORP. SECRETARY
9-3096
REV. 9-e3
T'he Trinity
•
Companies
. r.
Dallas. Texas 75201
Trinity Universal Insurance Co.
Security National Insurance Co.
Trinity Universal Insurance Co.
of Kansas, Inc.
TEXAS STATUTORY PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Calvert Paving Corporation
(Hereinafter called the Principal), as Principal,
and Security National Insurance Company
Dallas, Texas, (Hereinafter called the Surety) as Surety are held and firmly bound unto The City of
Denton, Texas
(Hereinafter called the Obligee,) in the amount of Thirty one thousand dollars & no/100----
------------------------------------------------------------------JDollars)
($ 31,000.00***** ^%`* ) for the payment whereof, the said Principal and Surety bind themselves,and
their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 10th
day of January 1986 tofor the 27inch water -line lowering, Bid #9558
Purchase order #71714
which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, 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 Acts of the 56th Legislature, Regular Session, 1959, and all
liabilities on thisbond shall be determined in accordance with theprovisions of said Article to the same extent
as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22
day of January 19 86
S-3561
IPRINCIPALI Calvert Paving Corporation
AT'.R EY-IN -FACT Nandall Znnis
Ramev, King& 14innis
TheTrinity
IVCompanies
Dallas. Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III OR
RANDALL L. MINNIS — DENTON, TEXAS
its true and lawful Attorney (S)-in-Foci, with full authority to execute on its behalf fidelity and surety
bonds at undertakings and other docurnears of a sinulor character tssued in the course of its business, and
to bind the respective company thereby, in amounts or penalties not exceeding the sum of
ONE MILLION AND N0/100 Dollars ($ 1,000,000 )
EXCEPT NO AUTHORITY IS GRANTED FOR.
1. Bid or proposal bonds where estimated contract price exceeds the omuunt stared herein.
2. Open Penalty bonds.
3. Bonds where Attorney (s)-in-Fact; appear as u party at interest.
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents I
this day of
AUTHORITY FOR POWER OF ATTORNEY-)
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, inpursuance of authority granted by that certain resolution adopted by their respective Board of u
Directors on the Ist day of Morch, 1976 and of which the following is a irue, full, and complete copy.
"RESOLVED, That the President, uny Vice -President, or any Secrctoty of each of these Companies be and
they are hereby authorized and empowered to make, ex�cate, and deliver in behalf of these Companies
unto such person or persons resid:ry within the United Stones of Amen;a, as they may select, its Power
of Attorney constituting and appointing each such person its Attorney -tit -Fact, with full power and author -
try to make, execute and deliver, for it, it its norm, and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertakutg and as to limits of Itabih Ty to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to
which such Powers of Attorney may be restricted, to be ir, each instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in -Foci and Officers ef'the Companies, including Assistant $ecre-
tortes, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recogrnzances, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in -
Fact.
RESOLVED, That the signature of any of the persons described to the foregoing resolution may be fac-
simile signatures as fixed of reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereutabove authorized. -
CERTIFICATION OF POWER ATTORNEY
I, Juidth E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
this 22 day of January 19 86
..M
t%IUDITH E. FAGAN, CORP. SECRETARY
B-l6Ye
REV. 3-42