HomeMy WebLinkAbout1985-0980923L
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 ordinanes, 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
that the City Council approve
$3,000, and
the Code of Ordinances requires
all expenditures of more than
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
9454 BAR Constructors, Inc $566,976 37
SECTION II
That the acceptance and approval of the above competititve
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 authorzied to excecute all
necessary written contracts for the performance of the
construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such
contracts are made in accordance with the Notice to Bidders and
Bid Proposals, and documents relating thereto specifying the
terms, conditions, plans and specifications, standards,
quantitites and specified sums contained therein
PAGE ONE,
SECTION IV
That upon acceptance a
bids and the execution of
improvements as authorize
authorizes the expenditure
amount as specified in such
executed pursuant thereto
SECTION V
nd approval of the above competitive
contracts for the public works and
d herein, the City Council hereby
of funds in the manner and in the
approved bids and authorized contracts
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this the day of , 1985
CIT OF DE TON, TEXAS
ATTEST
i
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
BY 0
PAGE TWO
DATE 5-21-85
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM G Chris Hartung, City Manager
SUBJECT BID N9454 DRAINAGE IMPROVEMENTS-STANLEY & THOMAS
RECOMMENDATION We recommend this bid be awarded to the low bidder,
BAR Constructors, Inc in the amount of $566,976 37
SUMMARY This bid was sent to our several contractors in this area
We received only four bids ranging from the low bid of
BAR Constructors for $566,976 37 to a high of $792,969 00,
a 38 5 percentage difference This is a greater difference
than we usually see in bids of this nature We have, however
checked out this contractor and found them to be okay
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
This is a Capital Improvement project
FISCAL IMPACT There is not impact on the general fund
Respectfully submitted
G Chris Hartung
City Manager
Prepared by
0 J hi J Marshall, C P M
itl Purchasing Agent
Approved
o n J Marshall, C P M
it1 Purchasing Agent
,
)
,
§
�
COin
\
a
§
�
�
-
g
2
)
7
()
7
§
§
k
V s-qU
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
I
THIS AGREEMENT, made and entered into this 22 day of May
A.D., 19 85, by and between City of Denton. 215 E. McKinney
of the County of Denton and State of Texas, acting through
G. Chris Hartung thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
BAR Constructors, Inc., P.O. Box 10, 613 E. Main St.,
Lancaster, TX 75146
of the City of Lancaster County of Dallas
and state of Texas Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
Bid #9454 Drainage Improvements - Stanley & Thomas Streets
Purchase Order #68361
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, P.E. City Engineer City of Denton Texas
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay.the CONTRACTOR in current funds the price or
Prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
_City of to Denn. Texas i
Part of t:hfi First Part,/OWNER
i ) ZZf C By
G. Chris Hartun9 CitY°Man' r
: er
(SEAL)
ATTEST: !,
APPROVED AS TO FORM:
. I kov�
city/attorney
CA-2
0044b
BAR_ Constructors, Inc.
Party of the Second Part, CONTRACTOR
BY _ _ ld
'Title Isidro Arrambide, Jr �-
President
(SEAL)
Mh
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS: That BAR Constructors, Inc.
of the City of Lancaster
County of Dallas and State of Texas
as PRINCIPAL, and Fidelity and Deposit Conpany of--,aryland
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the City of Denton
as OWNER, in the penal sum of Five Hundred Sixty -Six Thousand Nine Hundred Seventy -
Six and 37/100---- Dollars ($566.976.37 ) 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 2_ day of May , 19Rq , for the construction of
Bid #9454 Drainage Inprovements - Stanley & Thomas Streets
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 22nd day of May , 19 85 .
BAR Constructors, Inc.
Principal
By -
r
Title President
Address P. O. Box 10
Lancaster, TX 75146
Un
�ZI��)�_
he name-and,addie
Fidelity & Deposit Company of maryland
Surety
Title Attorney -in -Fact
Address Richard Arnold Insurance Agency, Inc.
4455 LBJ Freeway, Suite 412
Dallas, TX 75234
of the Resident Agent of Surety is:
Richard F. Arnold, Richard Arnold Insurance Agency, Inc.
4455 LBJ Freeway, Suite 412, Dallas, TX 75234
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS:
of the City of
That BAR Constructors, Inc.
Lancaster
County of Dallas , and State of Texas , as principal, and
Fidelity & Deposit Conpany 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 City of Denton
, OWNER, in the penal sum of Five Hundred Sixty -Six Thousand
Nine Hundred Seventy -Six and 37/100-------------------- Dollars ($566,976.37 )
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 2_ day of May , 19 85
Bid #9454 Drainage Improvements - Stanley & Thonas
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 oftime, alteration or addition to the. terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work'to be performed thereunder.
IN WITTINESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 22ndday of May , 19 85
BAR Constructors, Inc.
Principal
Title President
Address P. O. Box 10
Lancaster, TX 75146
SEAL' '
Fidelity & Deposit Conpany of Maryland
Surety
Title Attorney -in -Fact
Address Richard Arnold Insurance Agency, Inc.
4455 LBJ Freeway, Suite 412
Dallas, TX 75234
s of the Resident Agent of Surety is:
Richard F. Arnold, Richard Arnold Insurance Agency, Inc.
4455 LBJ Freeway, Suite 412 Dallas TX 75234
PB-4
0092b
^ r:
� SEAL)
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS: THAT BAR Constructors, Inc.
as Principal, and Fidelity & Deposit Company of Maryland
a Corporation authorized to do business in the State of
Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of Fifty -Six Thousand
Six Hundred Ninety -Seven and 64/100--------- Dollars 56,697.64 , 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 BAR Constructors, Inc.
has this day entered into a written contract with the said City of Denton to build
and construct Bid ##9454 Drainage IP.y�royements - Stanley & Thonas Streets
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 BAR Constructors, Inc.
as Contractor and Principal, has caused
these presents to be executed by Isidro Arrambide, Jr.
and the said Fidelity & Deposit Ccrpany ofeMaryland
as surety, has caused these presents to be xecuted by its Attorney —in —Fact
Richard F. Arnold and the said Attorney —in —Fact has hereunto set his hand
this 22nd day of IM y , 19 85
SURETY: PRINCIPAL:
Fidplity & Deposit Co any of Maryland
BY:
0093b
BAR Constructors, Inc.
President
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
work is completed and accepted by the City of Denton, Owner,
minimum insurance coverage as follows:
TYPE OF COVERAGE LIMITS OF LIABILITY
I. WORKMEN'S COMPENSATION STATUTORY
II. COMPREHENSIVE GENERAL LIABILITY
Bodily Injury $300,OU0 $1,000,000
Each occurance Aggregate
Property Damage $100,000
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 $100,000 each accident
$300,000 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
PRODUCER -
Richard ;Arnold Ins.. Ago
4455-LBJ Fr*, Suite 412
- - - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. "
Gallas,, Tx 75234
-
COMPANIES AFFORDING COVERAGE
"
- -
COMPANY A'-
LETTER Granite -State insurance Co..
COMPANY
LETTER B NeW Hampshire Insurance Co..
INSURED -
Bar_ConstructOrs, Inc
PO BOX 10 -
COMPANY _R
LETTER - C -
-Lancaster, Tx 75146.,
.- - -.
COMPANY D -
LETTER - - -
" -
.. -
COMPANY E -
LETTER
COVERAGES
- THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.i
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY ='
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED. BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES.
CO
LTR
TYPE OF INSURANCE -
-
POLICY NUMBER
POLICY ERECTNE
DATE (MMNDMY)
POLICY ERPIRATION
DATE (WAIDONY)
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE' t
..
GENERAL
LIABILITY -
COMPREHENSIVE FORM - - ,
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION 8 COLLAPSE HAZARD
PRODUCTSICOMPLETED OPERATIONS
- - GLA, 297028
-. - _
2-11-85
-
-2-11-86
BODILY
IN'DRY
$ Soo, -
-
$ 500•
PROPERTv
DAMAGE
$ 100,
-
$500,.
CONTRACTUAL
INDEPENDENT CONTRACTORS
-
-
-
BIa PD
COMBINED
$
..
$ ?• -
_
.BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY-
500,--
AUTOMOBILE
LIABILITY -
ANY AUTO -
ALL OWNED AUTOS `(PRN: PASS.)
N)
ALL OWNED AUTOS (OTHER PRPASS.
HIRED AUTOS
NON -OWNED AUTOS
-
GLA. 29 70 28
-
-
2-11-85
-
2-11-86
.BODILY
RON I RmA1
$ TOO,
-
B�LY
Kim
09 ACODDM
PROPERTY
DAMAGE
-
$ 500.
$ 100
GARAGE LIABILITY
-
--
-
BI A PD
COMBINED
$
EXCESS LIABILITY
-
x UMBRELLA FORM
OTHER THAN UMBRELLA FORM
C 871 15 26
2-11-85
2-11-86
COMBINED
$-1.000/
$100000 -
WORKERS' COMPENSATION.
73.5Z-69
AND
STATUTORY-
2-11-85 2-11-86 it
(EACH ACCIDENT)
- EMPLOYERS' LIABILITY
500 - (DISEASE -POLICY LIMIT
OTHER - -
Contractors IijH 63 07 62
—Enuipment
_DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
_ $100 (DISEASE -EACH EMPLOYEE)
Equipment
6-18_84 6-18-85 eased or Rented.Equip.
00 00 on o s'
.759000 any one item
sAiw •�.
- City"-0f Denton -
" 901'-86Texas St.
Denton, Tx 76201 Bid 9 554
Attn: AIOhn -AI. Marshall, CtiP.rj.
- Purchasing Agent
ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. -
MAIL-N DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
FICATE HOLDER NAMED TO THE
T FAILURE TO MAIL SUCH NOTICE SAYS WRITTEN NOTICE TO HHALL IMPOSE NO OBLIGATION OR LIABILITY
KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
LAUTHORI
REPRESENTATIV -
CERTIFICATE OF INSURANCE
THIS 1S 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 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." —I
REMARKS:
City of Denton
�� 9454
901-B Texas St. Bid
Denton, TX 76201
L Attn: John J. Marshall, C.P.M.
Purchasing Agent
NAME AND ADDRESS OF INSURED:
Insurance Company
Type of Insurance
Policy
Effective
Expiration
Number
Date
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 Operations
S Aggregate Protective
S Aggregate Contractual
Aggregate eroducts
$ & Completed Operation
Comprehensive
Bodily Injury
Automobile Liability—
$ Each Person
$ Each Occurrence
Property Damage
S Each Occurrence
'Absence of any appropriate entry means no such insurance is in force. 1AME AND ADDRESS OF AGENCY
"Covers all owned, non -owned or hired vehicles
-
�7 .
?HONE NMEE OF AGENCY
-�- r,cprresen[aoves or me insurance Companies referred to above. ■
BID I/ 9454
POI/
BID TABULATION SHEET
STANLEY - THOMAS DRAINAGE
Item Description
104A Remove Concrete Pavement
1043 Remove Concrete Curb k Gutter
110 Unclassified Excavation
260
340A 1
340A 2
340B
421A
421B
421C
432
440
450
465A
465B
465C
465D
465E
465K
465G
465H
4651
470A
470E
470C
470D
470B1
470B2
470C1
470D1
Trevira Subgrade
3 1/2" Type G Asphalt
1 1/2" Type D Asphalt
Type D Asphalt Patch
Extend 4.5 x 8.5 Box Culvert
6'x3' Concrete Box Culvert
6'x4' Concrete Box Culvert
Class B Concrete Rip -Rap
Reinforcing Steel
Metal Beam Guard Fence
15" R.C.P.
18" R.C.P.
21" R.C.P.
24" R.C.P.
27" R.C.P.
30" R.C.P. or C.M.P.-C.L..
36" R.C.P. or C.M.P.-C.L.
42" R.C.P. or C.M.P.-C.L.
48" R.C.P. or C.M.P.-C.L.
4' Dia Manhole and Cover
b' Curb Inlet
8' Curb Inlet
10' Curb Inlet
6' Curb Inlet -Special Type II
6' Curb Inlet -Special Type I
8' Curb Inlet -Special Type III
10' Curb Inlet -Special Type I
Unit Bid Quantity Unit Price Ext Total
SY
LF
CY
SY
SY
SY
TONS
LF
LF
LF
SY
LB
EA
LF
LF
LF
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
40
935
935
425
335
335
300
14
1021
40
680
220
2
564
754
436
585
1068
321
546
306
512
1
18
12
4
1
1
1
1
`7 L C
1�z
�3 ,c
'9 7�N0
1�0�al'
O �o
3/ oS
35 3s
3�,33
kl
�i 84
q Cv
Ca GGoo
/� 0000
c0
a So O
/ '10
6� g"(�
co
�to SCC;�
h Spa
8k
a�o�i 3
SG�oI� bo
/Sp90 a,
a31a3 �b
�383/ �g
31
/SC.�°
l7 I GO°`
G;4kC003
/S� CO
/ oP
Item
470D2
470E
470F
470G
470H
471
522
524
SP2
SP3
SP4
SP5
BID TABULATION SHEET
STANLEY - THOMAS DRAINAGE
Description
10' Curb Inlet -Special Type II
Rebuild Existing Inlet
5'x5' Junction Box & Cover
8'x5' Junction Box & Cover
10'x5' Junction Box & Cover
Inlet Frame & Cover
Concrete Curb & Gutter
Concrete Drive
Concrete Sawcut
Adjust Existing Waterlines
Adjust Existing Water Sery
Adjust Existing Sewer Sery
Idendums Received
BID # 9454
POI
Unit Bid Quantity Unit Price Ext Total
EA
1
CIO
;235G"O
EA
1
EA
4
EA
4
/U ycci �O
EA
1
EA
30
LF
445
/°O
�CG�
SY
24
LF
140
cwo �o
EA
26
/ -7
30 S`"�?,0
EA
10
��oo
J—�°o
EA
10
'ZS-0 °
37
TOTAL
$ 56(p'77(,,
BID SUMMARY
TOTAL BID PRICE IN WGRDS — IL,Lc ,�-e _ J i i iv nl L v n( t� ; , , -
37
In the event of the award of a contract to the undersigned, the undersigned
will furnish a performance bond and a payment bond for the full amount of
the contract, to secure proper compliance with the terms and provisions of
the contract, to insure and guarantee the work until final completion and
acceptance, and to guarantee payment for all lawful claims for labor
performed and materials furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be accepted, when
fully completed and finished in accordance with the plans and specifications,
to the satisfaction of the Engineer.
The undersigned certifies that the bid prices contained in this proposal
have been carefully checked and are submitted as correct and final.
Each proposal page or project included may constitute a separate bid and
will be considered for that portion of the entire project. Awards will be
made separately or in combination, whichever is considered the lowest
and best evaluated offer to the City of Denton, Texas.
Unit and lump -sum prices as shown for each item listed in this proposal,
shall control over extensions.
ft� CoYlStruc-�ors Inc
CONTRACTOR
BY
1s ;d
P. O . /2), x /o
Street Add re s
Lancaster, % X 75/
City and State
Seal & Authorization
(If a Corporation)
Telephone
7-,5
P - 3
ol
s
T11e FIDELITY AND DEPOSIT COMPANY OF MARYLAND
e D FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES: BALTIMORE, MD. 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President,
and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect of the, date thereof; do hereby nominate, constitute, and appoint Richard. F. Arnold of
Dallas, Texas ............... .......".,::......................................
t e true and lawful agent and Attorney -in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as
'surety, and as its act and deed: any and all bonds and undertakings, each in a penalty not
to exceed the stun of ONE MILLION DOLLARS '($1,000,000)... EXCEPT .bonds on.behalf
of -Independent Executors, Community Survivors and Community Guardians�a�
nd the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purpoies, 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 -Richard F. Arnold, dated,
December _18, 1979.'
t
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..------.-....._.-:....14t............._................. day of------....----November----....-•-------.....,A.D. 19-_83.........
ATTEST: FIDELITY AND DEPOSIT COMPANY OF RYLAND
Assistant Secretary - By ........................ ia.Prn�••
FIDELITY AND DEP COMPANY
�-� �ij.
STATE OF MARYLAND Assistant Secretary Via.President
CITY OF BALTIMORE f as'
On this 14th J day of November , A.D. 1983 , before the subscriber, a Notary Public of the State of Maryland, in and
for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the,individuals and officers
described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being byy me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals 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 Official Seal at the City of Baltimore the da and at first above
written.
b.
o
.... ........... .. ------ .-
My commission expires ---- July .1-, 1986 _
CERTIFICATE
vvcrwu— •. ---
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full true and correct copy, is in full force and effect on the
date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents specially
authorized by the Boirds of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY,
AND DEPOSIT COMPANYOF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may a signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT -r
COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1%9 and of the Board of Directors of the FIDELITY AND. DEPOSIT COMPANY C. meeting duly called and. held on the 2nd day of November, 1978.
RESOLVED: "That the facsimile or mechanically reproduced signs are of anyAssistant Secretariat the Company, whether made heretofore or
hereafter, whenever appearing upon a certified copy.ofanyyower of attorney,issued b`ythe Company, shall be valid and binding upon the Company
4 with the same force and effect as though manually affixed.' -- . a-
�`w.�`.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate Beals of the said Companies, this........22n.d l
Aa m May ;.
y
J4 �• �s ✓. w. . •. /
L1419 IT%1 'Ca�168���GGqq- . ' -'�� _ r $c[retarv�.... ,
T _
�-
FOR YOUR PROTECTION IAOK-FOUR"FHE F&D WATERMARK
r
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The President,or any Executive Vice-Presidents,or any of the Senior. Vice -Presidents or Vice -Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr-.
ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, and At-
tornies-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the
Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments
of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which
the business of the Company may require, and to affix the seal of the Company thereto." -
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY -'
"Article VI, Section 2. The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by andwiththe con-
currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents,
Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per-
sons to execute on Behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in-
struments and documents which the business of the Company may require, and to affix the seal of the Company thereto."
-