Loading...
1989-153FILE REFERENCE FORM 89-153 Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act X Other Date Initials [scer mp lete specifications and contract documents for Bid No. 9976 in arate file located on Ordinance shelves in vault 6/25/07 JW NO -I 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, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9976 Cajun Contractors, Inc $ 148,800 00 1013 Sunmount Corporation $ 369,820 50 1020 Lupton Painting company $ 85,500 00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III, That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV, That upon acceptance and approval of 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 7th day of March, 1989 RAY S HEN , MAYOR ATTEST (2o"NAL "22222 NIFE WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY Page 2 DATE NOVEMBER 7, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #9976 - WATER WORKS IMPROVEMENTS, INSTALLATION OF RAW WATER PUMP #3A, AND MISCELLANEOUS REHABILITATIONS RECOMMENDATION Item 1A - We recommend this bid be awarded to Cajun Contractors, Inc of Baton Rouge, Louisiana, with offices in Dallas, Texas, for the amount of $148,800 00 We also recommend that Section B & C be rejected SUMMARY This bid is for the installation of a recently bid and purchased raw water pump and some other repairs and modifications This bid has been reviewed and approved by the Utility Board on October 24, 1989 BACKGROUND Public Utility Board Agenda, Public Utility Board Minutes, and Bid Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED City of Denton Municipal Utilities and the Citizens of Denton FISCAL IMPACT: There is no additional impact on the City of Denton General Fund Respe ully,;ul;tnyttted Lloyd Harrell City Manager Prepared by Na a ohn J Marshall ' Tit s Purchasing Agent Approved n nil Marshall itl Purchasing Agent 019 DOC October 24, 1989 Q PUBLIC UTILITIES BOARD AGENDA ITEM TO CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM R E Nelson, Executive Director of Utilities SUBJ CONSIDER BID OPENING #9976 TO CAJUN CONSTRUCTION COMPANY FOR PART A, INSTALLATION OF RAW WATER PUMP #3A AND MISCELLANEOUS REHABILITATION RECOMMENDATION Freese & Nichols, Consulting Engineers, and Staff, recommend award of Part A, Installation of Raw Water Pump 3A and Miscellaneous Rehabilitation, of Bid #9976 in the amount of_$148,000 to_ Ca,)uri Construction Comp, and refection ofalf bids for Part B, Water L ni e-Mean-ing, and Part C, Pipeline Cleaning SUMMARY Bids were opened October 12, 1989 summary attached The results are shown on the bid Miscell on Cajun r^gstruction Company, of Baton Rouge, Louisiana, (also a Dallas office) is the lowest qualified bidder at $148,000 Their bid is contingent upon receiving a contract extension time for late switchgear delivery They have verbally indicated that they can meet a June 1, 1990, deadline (approximately a 60 day contract extension time), which is equivalent to the least amount of delay requested by the other bidders Part B - Water Line Cleaning Facilities Red River Construction Company, of Dallas, Texas, is the lowest qualified bidder at $215,000, which is contingent upon receiving a contract extension time of approximately 60 days (April 15, 1990) Otherwise, the bid is $225,000, and the lowest qualified bidder becomes Montauk Services, Inc , with a bid proposal of $217,000 Montauk has verbally indicated that they are not interested in reducing their bid, even with the same contract extension time offered to them Part C - Pipeline Cleaning Montauk Services Inc , is the lowest qualified bidder, with a proposal of $30,000 (no contingencies) PUB Agenda Item Page 2 BACKGROUND The Water Utility has been in the process of increasing the capacity of the Water Production facilities to 30 MGD from 24 MGD This requires improvements to several facilities 1 Raw water pumps 2. Raw water transmission mains 3 Water treatment plant (completed) 4 Distribution pumps (completed) High service pump #6 installation was completed last spring Expansion of the water treatment plant was completed last fall The contract for purchasing another raw water pump was approved last spring This pump will be delivered by December 1989 Some miscellaneous improvements to the raw water pump station and transmission mains are yet to be accomplished During design of the water treatment plant, and raw water pump station improvements, Freese & Nichols reported that the internal condition of the raw water transmission mains may inhibit their capacity. Over time, silt, clamshells, and other lake debris tend to settle on the pipe bottom and accumulate on the top and sides The resulting buildup tends to reduce the cross sectional area and to increase the pipe roughness The result is lowered capacity Mechanical cleaning of the line, sometimes referred to as "pigging" the line, will remove the debris and restore a significant amount of the original capacity Field tests have indicated a roughness coefficient (C value) of 90 New concrete has a C of 140 Pigging should restore the pipe to a C of 120 This will increase the capacity from 28 MGD to about 32 MGD The capacity over 30 MGD will provide additional time before pigging will again be required Based upon the 1990 Utility Department Planning Forecast, recent operating conditions and the current growth rate, the current 28 MGD raw water line capacity should suffice for two or three more years The well system can be utilized if unusual conditions should develop. Therefore, the installation of the cleaning facilities and accomplishment of the cleaning can be postponed for a couple of years PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Citizens of Denton, Denton Municipal Utilities, Cajun Construction Company, and Freese & Nichols, Inc PUB Agenda Item Page 3 FISCAL IMPACT The total bid amount of $393,000, is greater than the amount budgeted of $310,000 When consideration is given to the pump purchase engineering fees, etc , then an additional amount of $233,000 is needed. By not awarding parts B and C, the budgeted amount is $11,200 greater than the amount required A detailed funding analysis is provided on Exhibit III ectfull su itted, ResP, l f! ti Q-~ e s n, Executive Director of Utilities Prepared by, vz~ Lee son, Engineering Administrator Approved by, i am, rector o Water/Wastewate W es Exhibit I Bid Summary II Letter of Recommendation III Fund Analysis Iv Project Location Maps 6529U 6-8 NOV-01-'89 WED 14 18 ib CITY OF DENTON UA TEL NO 817-566-8236 11783 P02 EXCERPT FROM MINUTES PUBLIC UTILITIES BOARD OCTOBER 24, 1989 7 CONSIDER SID OPENING #1013 TO SUNMOUNT CORPORATION FOR OAR, FRY AND BRYAN SANITARY SEWER AND FRY WATER LINE. Laney made a motion to approve Bid #1013 to Sunmount Corporation Second by Thompson All ayes, no nays, motion carried. 8. CONSIDER BID OPENING #9976 TO CA.7UN CONSTRUCTION COMPANY FOR PART A, INSTALLATION OF RAW WATER PUMP #3A, AND MISCELLANEOUS REHABILITATION. Frady made a motion to approve Bid #9976 to Cajun Construction Company Second by Thompson All ayes, no nays, motion carried 9 CONSIDER BID OPENING #1020 FOR THE PAINTING AND REPAIR OF THE HIGH SCHOOL ELEVATED STEEL STORAGE TANK. Laney made a motion to approve Bid #1020 for the painting and repair of the High School elevated steel storage tank The motion was seconded by Thompson All ayes, no nays, motion carried r N ~ J IT G!1 J+ 4~ N m u a 1 1 ~M I 2 O a) m nn m mwmweo i n m o e) 1 o s ns o r iM n m rrrrrrr r 1 1 b r 1~ r S S Z~ s S s c r n i i ~ -1 - ~ 1 i 1 r 0 n ~ n i l I ml A m 1 I m a i n ui r 1 1 1 m 0 x R ti ,y, h 1 S 1 1 ) + I 1 1 1 1 1 I 1 1 i OI n 5 N [m +0 p. ~ ~ ® q 1 'A 1 -1 1 R1 1m !Y i i UI rt' 01 w so - I I W N w .Iyyyy Iii N N N N N I C I T u m 1 n u i ~ ~ gi ' m r ~ i te u i p 1 is a s as ~ 1g m a m z o s ~ o w 1 1 a Y o I ~ i n H ~ T I ® 1 1 1 1 I 1 1 1 1 . I G C S N ttllff ~ p. ~ I T I I 1 ~ ® ~ ~ 1 1 1 1 1 1 4 N w N N N N "N"w' ~ 1 CI Gl m m m n i v i v ~ ~m ~ ~ i a a ~ m ~ m ~ ~ m SmmS mE m m 1 i a a i 1 I n y~ N r 1~ i cl n~ m w m N N ® ° 1.1 ~ W N rw ) w ~ w w . -`'.ol i I ra -la m i c . 1 N N q 1 1 y p ~ ® H y m m® 2 3 5 ® mi 110 9C ® m m u ~1 ® so y a z z m 1 a c e I I "ii'i i sl ~ a o ~ N N ' ~ 1 1 I I 1 I 1 I 1 i O I y r 9 R'] m ~q IID li 1 ~ 1 1 -1 T - m I I A' T m ~ m I 1 I I ~ Y W C x A N V N i ~W N y y CO 1 Ti a91 'nA t y, m m N~ 1 1 M+ ~ 1 Cf 1 ~ n Cf L Si m Siiffl mmi" IA I 1 DATE NOVEMBER 7, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM: Lloyd V Harrell, City Manager SUBJECT BID #1013 - OAK, BRYAN, AND FRY STREETS SANITARY SEWER AND WATER LINES REPLACEMENT RECOMMENDATION We recommend this bid be awarded to the low overall bidder, Sunmount Corporation, for the amount of $369,820 50 SUMMARY This bid was advertised and a bid invitation was sent to the large group of prospective vendors for this type project We received four bids as shown on the attached tabulation sheet The Public Utility Board has reviewed this bid with the recommendation of award to the low bidder, Sunmount Corporation BACKGROUND Tabulation Sheet, Public Utility Board Agenda and Minutes PROGRAMS, DEPARTMENTS_ OR GROUPS AFFECTED City of Denton Utilities, Public Works, and the Citizens of Denton FISCAL IMPACT: There is no additional impact on the General Fund Res tfuullly su itted v L1 yd Harrell City Manager Prepared by 15'e or J Marshall Tit s Puchasing Agent Approved r ~ me 'o n J Marshall T e Purchasing Agent 019 DOC PUBLIC UTILITIES BOARD AGENDA ITEM October 24, 1989 1 TO CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM R E Nelson, Executive Director of Utilities SUBJ CONSIDER BID OPENING #1013 TO SUNMOUNT CORPORATION FOR OAK, FRY AND BRYAN SANITARY SEWER AND FRY WATER LINE RECOMMENDATION The Department of Public Works Engineering and the Water and Wastewater Engineering Divisions recommend award of Bid #1013 to Sunmount Corporation in the amount of $369,820 50 SUMMARY Bids were opened September 19, 1989 The results are shown on the bid summary attached Sunmount Corporation, of Roanoke, Texas, was the overall lowest qualified bidder Although Sunmount was the second lowest bidder for the water line, the contract was structured to be awarded to one contractor to avoid confusion during construction BACKGROUND Oak, Fry and Bryan Streets are part of a Public Works Paving and Drainage Capital Improvements Protect Approximately 5,900 linear feet of 8" and 10" sewer main, along Oak from Bonnie Brae to Fry, along Fry from Hickory to Scripture, and along Bryan from Oak to Scripture are proposed to replace deteriorated and to capacity clay tile 6" pipes Approximately 1,000 linear feet of 8" water main along Fry from Oak to Scripture is proposed to replace the existing old cast iron 4" pipe In order to accommodate the Public Works CIP, these lines need to be replaced prior to the commencement of the paving and drainage work PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Citizens of Denton, Denton Municipal Utilities, Public Works, and Sunmount Corporation FISCAL IMPACT, Oak, Fry and Bryan sanitary sewer and water line replacements were originally part of the fiscal year 1987 Utility CIP under the "Replace Miscellaneous Street Program" Due to Public Works' delaying of the street work, Utilities also elected to delay line replacements so that funds are not expended prematurely PUB Agenda Item Page 2 The bids for the work were $58,500 for water line replacement, and $311,500 for sanitary sewer line replacement The department has $175,000 budgeted for replacing water lines, in conjunction with the Public Works street programs, and $100,000 budgeted for replacing sewer lines In order to fund the project $245,000, it must be used from the fund for replacing miscellaneous sewer lines This fund has a budgeted amount of $379,000, of which $170,000 was designated for unspecified lines About $45,000 of the specified linework will be delayed until FY 1991 A detailed funding analysis is included in Exhibit III Respectfully ub tted, so xeccuve Director of Utilities Prepared by, %~-l ee son, Engine er Administrator Approved by, David am, rector Water/Wastewater Util Exhibit I Bid Summary II Letter of Recommendation - City Engineering III Fund Analysis IV Project Location Maps 6529U 4-5 N A W N + I w I ~ ~ i 1+ Izrn Tw r O ti ~ y O C D 1 T~ C N ~ 222 T 1 T ( q/~ S K I l 119 TTC 1 1z O Z Zp x 1 I -1 y 1 T > ~O-1 m 2 T ti T yZZZ 1 o m ~ I 9 \ m V I x i H x 1 I 1 i 1 i i w ti w V N O w r « N I T d e O = A I r > t N y ti m y 1 1~~II I m 'A O O V N W O O O N O I 1 I I I p I > N N P 41 IT I N I I 1 N b Y N A I ~ Q 8 8 S S I+ m I m S S S S S ~ 1 1 1 1 ~ G W° 1fN~ p> I I=TI~O A b )c 1 a W ~ O O w ti m I Z~ K K 8 S ~ S S IH ~ 1 1 N N (W~1 IW11 N 1 W 1 I 1 1 ~ M M N ~ I r p Dp CI N m y N N W 1 HO I T rl O O N O p N yO11 y 1 N 2 H 1 O O $ O O O O D< 1 HT o S o 0 0 I m 1 0 0 0 0 ~ i 1 M N N N N I ~ N A W W 1 N M O N 10 1 pl O b b N N 1 H ti 1 O> OI O W + O W O T N O 1 r 1 O O N N N O O N O 1 I I I Z I > M Iw.l Q P Y W I m S O N N m N 0 b W O N I O i O + W O OI O -m H O I T~ _ N <0 O O N N O O T 1 KN A A I 1 1 I N VI N N N 1 O OZ T yTy K >K m w O N ~ O M r~ A t m K rm to t -1 i = O m K ZZT N N = A m w 0 o m O w m A I=-1 + w b R + O b + ~ W CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 8th_ day of NOVrmnFR _ A.D., 19gg_, by and between THE CTTV nF ppNTO t mFVac of the County of DE.NTON and State of Texas, acting through r.r.OVD V- HARRELL thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and S jNM[~ OuNT of the City of ROANOKE , 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 here inafter'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 #1013 P O #93720 OAK BRYAN AND FRY STREETS SANITARY SEWER/ WATER IMPROVEMENTS 4 a cl,820 So 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 CTTV OF pF.NTON FNCTNF.F.RTNC+ 1)7?pARTMENT , 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: LLOYD V. HARRELL, CITY MANAGER (SEAL) ATTEST: ~s erg r. SUNMOUNT CORPORATION Party of the Second Part, CONTRACTOR BY Title Secretary-Treasurer (SEAL) APPRO ED TO FORM: City Attorney CA-2 0044b PERFOR11ANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION , of the City of ROANOKE County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON TEXAS as OWNER, in the penal sum of THREE HUNDRED SIXTY NINE THOUSAND, EIGHT HUNDRED TWENTY AND 50/100 Dollars ($?rq ugn rn ) 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 $LjL .day of NOVF.MRF.R , 19$x, for the construction of OAK BRYAN AND FRY STREETS SANITARY SEWER/WATER IMPROVEMENTS 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 8TH day of NOVEMBER 19 89, 911NMOUNT CORPORATION Principal SEABOARD SURETY COMPANY Surety By C'kUvf~ R. A. Brown Title Secretary-Treasurer Address P. 0. Box 1770 Roanoke, TX 76262 Title LINDA COUEY ATTY-IN-FA( Address P.O. BOX 2125 AUSTIN, TEXAS 78768 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: FRANK SIDDONS INSURANCE P.O. BOX 2125 - AUSTIN, TEXAS 78768 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b For verification of the authenticity of this Power of Attorney you may call, collect, 201-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION of the City of ROANOKE , County of DENTON and State of TEXAS , as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CTTV OF DENTON TEXAS OWNER, in the penal sum of TH$F:F. HIINDRF.D RTXTY NTNF. THOUSAND EIGHT HUNDRED TWENTY AND 50/100 Dollars (1369 R20.50 ) 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 NOVEMBER , 19 89 BID# 1013 - OAK, BRYAN AND FRY STREETS SANITARY SEWER/WATER IMPROVEMENTS 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 prosectiou 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 8THday of NOVEMBER , 1989 S NMO 1NT CORPORATION Principal By R. A. Brown Title SPrrPtary-TrPaourar Address P. 0. Box 1770 Roanoke, TX 76262 SEABOARD SURETY COMPANY Surety Title LINDA COUEY ATTY-IN-FACT Address P.O. BOX 2125 AUSTIN, TEXAS 78768 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: FRANK SIDDONS INSURANCE P.O. BOX 2125 - AUSTIN, TEXAS 78768 PB-4 0092b For verification of the authenticity of this Power of Attorney you may call, collect, 201-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power MAINTENANCE BOND STATE OF TEXAS )C COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: THAT Sunmount Corporation as Principal, and SEABOARD SURETY COMPANY a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of THIRTY SIX THOUSAND NINE HUNDRED EIGHTY TWO AND N01100 Dollars 36.982.00 , l0. 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 SUNMOUNT CORPORATION has this day entered into a written contract with the said City of Denton to build and construct BID 41013 - P.C. #93720 OAK BRYAN AND FRY STREETS SANITARY SEWER/WATER IMPROVEMENTS 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 Sunmount Corporation as Contractor and Principal, has caused these presents to be executed by R. A. Brown, Secretary-Treasurer and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney-in-Fact LINDA COUEY and the said Attorney-in-Fact has hereunto set his hand this 8TH day of NOVEMBER , 19 89 . SURETY: COMPANY BY: LINDA COLEY Attorney-in-Fact PRINCIPAL: R1INMCIRNT CCnRPORATTnN R. A. Brown Secretary-Treasurer MB-2 0093b For verification of the authenticity of this Power of Attorney you may call, collect, 201-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power INSURANCE The Contractor is fully responsible for all losses pertaining to, resulting from, or connected with the completion of this contract. The owners acceptance of a Certificate of Insurance, that does not comply with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This will enable the policies and the Certificate to include all requirements as they apply to the Contract documents. The Insurance Certificates must be returned to the City of Denton with the Contract documents for approval and execution. All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL, PURCHASING AGENT, 901-B 'T'EXAS STREET, DENTON, TEXAS 76201. CI-0 INSURANCE The Contractor is fully responsible for all losses pertaining to, resulting from, or connected with the completion of this contract. The owners acceptance of a Certificate of Insurance, that does not comply with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This will enable the policies and the Certificate to include all requirements as they apply to the Contract documents. The Insurance Certificates must be returned to the City of Denton with the Contract documents for approval and execution. All Contract documents must be returned to the CITY OF DENTON, JOAN MARSHALL, PURCHASING AGENT, 901-B TEXAS STREET, DENTON, TEXAS 76201. CI-0 CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. 1. Workmen's Compensation and Employer's Liability. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits. shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of 8500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-1 Insurance Requirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The rnnrrarrnr shalt not heain anv work until the Owner has reviewed and approved writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 01/13/87 " Certificate of Insurance BhS,CErtnrICATF IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO IIIGHrS UPON YOU THE CERTIFICATE HOLDER THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND. EXTEND, OR ALTER THE COVERAGE AFFORDED BY TI IE POUCIES LISTED BELOW BID #1013 OAK, BRYAN AND FRY STREETS SANITARY SEWER/WATER IMPROVEMENTS - This is to Certify that LIBERTY SUNMOUNT CORPORATION MUTUAL P.O. BOX 1770 n Name and address of ROANOKE, TX 76262 Insured. L -1 is, at the issue date of this certificate, insured by the Company under the pollcyhes) listed below. The insurance afforded by the listed policyhes) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued TYPE CERT. EXP. DATE' LIMIT OF ❑CONTINUOUS POLICY OF POLICY [JExTENDED NUMBER LIABILITY X]POLIOV TERM COVERAGE AFFORDED UNDER WC EMPLOYFI I S II hi It I IY LAW OF THE FOLLOWING STATES: Bodily bixny H, armdom 500,000 Ea As. WORKERS' scan; Imury By Ul.,.ie COMPENSATION 5/30/90 WC2-611-004030-099 ALL STATES EXCEPT 500,000 _ _Us POrson Rods, Injury By DDn-.ism j WC1-611-004030-089 ME 500,000 PolL t General Aggregate-Other than Products/Completed Operations 5/30/90 RG1-611-004030-109 2,000,000 Products/Completed Operations Aggregate r 2,000,000 dily Injury id Property Damage Llatuhly Bo 2 , 000 , 000 Per ocwrrence ❑ CLAIMS MADE Personal and Advertlsmg Injury per person/ < nEmOONE organization Q JJ Other CONTRACTUAL LIABILITY, RCU, INDEPENDENT ~ (]OCCURRENCE CONTRACTORS/CONTRACTORS PROTECTIVE, 331t=y 0 FORM PROPERTY DAMAGE SPECIAL/EXCL ENDORSEMENTS rPgp~' 2,000,000 EACH ACCIDENT-SINGLE LIMIT-BI AND PD. COMBINED > p~ ~m uOWNED g OWNED U NON 5/30/90 AS1-611-004030-119 EACH PERSON Q - AS1-611-004030-139 EACH ACCIDENT EACH ACCIDENT J A HIRED OR OCCURRENCE $ OR OCCURRENCE W THE CITY OF DENTON IS ADDITIONALLY INSURED 0 LOCA310N(S) OF OPERATIONS & JOB a (if Applicable) DESCRIPTION OF OPERATIONS. COVERS ALL WORK PERFORMED BY THE NAMED INSURED IN THE CONTINENTAL UNITED STATES 'If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration care However, you will not be notified annually of the continuation of coverage liberty Mutual NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 30 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO' The City of Denton 901-B Texas Street PIRATE HOLDER TE Denton, TX 76201 ~ J Insurance Group ..,~nnn~y MmITAI Ur-,I RMCE Cr(' IP,c- _c=,u hlr,-'rnae us"Ah, u..- -...e 135772 R2 11-28-89 WALLINGFORD, CT 06492 DAI E ISSUED OFFICE CONDITIONS ALDMORAL. MM D: The City of Denton, its elected and appointed dr al c, officers ad employees. (This dos not apply to Worker's Cc pmsaticn. ) N= OF CANCFIlMM: Prior to any material chaff or cacel7at4 the city or Dental will be gives_10~advanoe written notice mailed to the stated address aP the Certificate Holder, City of Denim. i • CCN1RACl RAL OWNWE: (Liability assuiwd by contract or Ott, and World not otherwise exist). The contractual liability requirement stun an the reuses side of this Certificate of Insu ronce under CaVreisasive Corral Liability, must include a definition of cove- I I eomugs to provide o7ve4p for cbligatio s assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the g7ve:ning oontract. 2. CU1 M MILE F= FURL- Regiilred period cf aNe-qp will be detmmned by the following famIIa: Crntinnis cove-a- for the life of the contract, plus one year (to provide coveap for the war alty period), and a extended discovery period for a mirdmm of 5 yeas Which shall begin at the end CC the warxmty period. 3. FIM LEML. LIALiILTn: (Required in all contracts that involve the occupancy, construction or alteration of Citg-awned or leased facilities). Insurance is to cover buildings, contents (Wtiae applilah] ) and pemaneotly bulled egwdlmmt with respect to pnape ty damt~ to structures or portions of structures if such daat~ is cased by the peril of fire and due to the operations aP the contractor. Lind of liability is to be a minimm of (600,000. Q-4 NOTICE TO BIDDERS Sealed bid proposals addressed to the City of Denton, Purchasing Department, 901-B Texas Street, Denton, Texas, 76201 will be received at the office of the Purchasing Agent until 2:00 p.m. September 19, 1989 BID # 1013 - OAK ST., BRYAN ST., FRY ST., SANITARY SEWER LINE, FRY ST. WATERLINE. The bids will be publicly opened and read, bids received later thar the specified time and date will be returned to the bidder unopened The bids will then be officially reviewed and awarded by the Ci' Council as soon thereafter as possible. All bid proposals must be made on the printed document form= included in the specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within 60 days from and after the date of the bid opening. Each bid must be accompanied by a cashier's check, certified check or acceptable bidders bond payable without recourse to the City of Denton, Texas in amount not less than five (5%) percent of the bid submitted as a guarantee that the bidder will enter into a contract and execute a performance bond, payment bond, and the required insurance certificate and owner's protection policy within fifteen (15) days after the notification of the award of the contract to the bidder. Qualified prospective bidders may obtain copies of the bid invitation with information to bidders, bid proposals, plans and/or specifications at the office of the Purchasing Agent, located at 901-B Texas Street, Denton, Texas at the Service Center Complex, on deposit of twenty five ($25.00) dollars per set. Deposit will be refunded provided the documents are returned to the City of Denton Purchasing Office within fifteen (15) days after the bids ar,. opened. No officer or employee of the City of Denton shall have a financial interest, direct or indirect in any contract with the City of Denton. The City of Denton, Texas reserves the right to reject any and all bids and to waive defects in bids. Minority and small business vendors or contractors are encouraged to bid on any and all City of Denton projects. CITY OF DENTON, TEXAS John J. Marshall, C.P.M. Purchasing Agent This advertisement to run August 31 and September 7, 1989. 009.DOC REV.7/6/89 PURCHASING DEPARTMENT City, of Denton 901,13 Texas St. Denton, Texas 76201 BID INVITATION CITY OF DENTON, TEXAS Sunmount Corporation P.O. Box 1770 41 Roanoke, TX 76262 Date 7111y/~/ BID NUMBER 1O15 BID TITLE rdl~ . f Q U 2 ti Z -e o yit P rt r J e yvl Pita1~S Sealed bid proposals will be received until 2:00 p.m. FJ 1"L, /9 t //eil/_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 817-566-8311 DIFW Metro 817.267-0042 INSTRUCTIONS TO BIDDERS 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 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 gounds 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 # PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF OAK, FRY, BRYAN STREETS SANITARY SEWER AND FRY STREET WATER LINE IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 1 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees, to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P - 2 Fry Street Water Line BID TABULATION SHEET WORK DAYS' 15 BID NO. PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractor's Warranties I I I ao I s 7.71 1 ~nA 17,,l crcnnc I I T.C I t' Irv,., /T.C I .t' ZnM V 1 8" C-900 Class 150 I 1 I 1 2.12.20-BI PVC Water Main I 1,071 1 LF I $ c ZZ° /LF 1 $ 09750 24 7 I 2.12.8 1 Cast Iron Fittings I I I I 500 1 LB I $ /LB I I $ S6 c I 2.13-A 1 6" Gate Valve i I I I 2 I EA I $ _?00 %EA I I $ 6pa o_e EA e a I I 1 I eo I e. 2.14 1 Fire Hydrant 1 2 1 EA I $ 740 /EA I $ lila& 1 I I I ez~ I 6c 2_lfi-A 1 3/4" water Service I 9 1 EA 1 $ -7550./EA 1 $ 3l•SO." ~'/EA I $ /750 6a 2.16-C I I 1 2" Water Service I I 17 1 EA I I $ 6e ~'b0• /EA I I $ e, 660 I Remove Concrete I I I o o I o0 3-B I Curb and Gutter I 6 1 LF I $ /0. % LF I $ 6 O• - 3-C I I I Remove Walks and Drives I 1 2 I SY I I $ o" ~Q /BY I I $ Za e o 6.7.3 I I 1 Bullhead 1 1 3 1 EA I I $ os 1400. -/EA I I $ -?60a,ee I Barricades, Warning I I I I 6e. Oe °-/T.F i a 6a.eO SP-10 I Rock Excavation I 50 1 CY I $ Z(f)~"/CY I $ /Y160. I I I I •a 1 e.o SP-37 IEVCavatinn Protection I LS I LS 1 $ 2-600.7LS 1 I I I 1 0e I c. SP-39 1Prolect Signs 1 2 1 EA I $ Z$O. /EA I $ 5'00,- 1 I I I .s I c~ ~ SP-40 (Water Line Abandonment I 2 1 EA I $ 50o/EA I $ /60 I I I I I y^o I TOTAL PROJECT I I I I$ 4:39-7. I I I I I P - 3 Oak, Fry and Bryan Streets Sanitary Sewer BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. PO NO. UNIT PRICE TOTAL Contractor's Warranties 1.21 and Understandings LS `GYX)~/LS Opo ~ 2.12.14-A 6" PVC Sanitary Sewer 20 LF '-/LF 3po 2.12.14-B 8" PVC Sanitary Sewer -314-5-7 LF 31 /LF 0$ $ S 2.12.14-C 10" PVC Sanitary Sewer 2,455 LF z(, `~/LF ~S d S 6" C-900 Class 150 2.12.20-A PVC Water Main 16 LF Z5,°p/LF Ooh - 8" C-900 Class 150 2.12.20-B PVC Water Main 496 LF Z6~=/LF z OO,~ 10" C-900 Class 150 2.12.20-C PVC Water Main 50 LF O~~/LF 15006-4 Remove Concrete 3-B Curb and Gutter 6 LF /0 c e /LF (~O eo 5.7-B Asphalt Patch (Type D) 100 TON 157-/TON $006 7.4 Concrete Encasement 16 CY 2bo-/CY 1 ZSo 7.6 4' Concrete Manhole 20 EA Z~pp,''yEA e O• Barricades, Warning o0 00 8.1 and Detour Signs LS 7600, /LS OOO. 8.2 Concrete Curb and Gutter 6 LF o- /Jr /LF 00 96, " 3307 v $ WS-11 4 Sanitary Sewer Service 118 EA /EA Q SP-2 Concrete Saw Cut 10 LF Y~'/LF 50'' Break into Existing ' e, SP-6 Manhole 3 EA /EA 75e ZZ50- SP-8 Abandon Manhole 11 EA lb0a%EA 00 SP-10 Rock Excavation 50 CY Oo ZO, /CY Oe /COa. Abandon Existing 0a a SP-23 Sanitary Sewer 19 EA 7EA 706, ao,- SP-37 Excavation Protection LS c° /SOabTLS e /,SOao, SP-39 Pro ject Signs 2 EA 66 Z %EA eo $00. TOTAL PROJECT / 3) 14 Z3.° ALTERNATE / 5-7-B Asphalt Patch (T a D) 300 TON #sf~ITON 13 $00 S° a D 00 P - 4 BID SUMMARY TOTAL BID PRICE IN /ZC 6 4P C-A In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. S n,nscec~l eryo.r~:~.✓ CONTRACTOR BY Ile CSC wig Street Address ~ou.c10%~- ~fc~-9 1L Z6 Z-- City and State Seal 6r Authorization (If_a corporation) g!7-9(S6-osSS- - _ Telephone P - 5 CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8 MEMORANDUM DATE September 29, 1989 TO Renee Baker, Engineering Associate I FROM Jerry Clark, City Engineer SUBJECT Bid 1013 Oak, Fry, and Sewer We reviewed the bids received on are aware, the low bid is $50,0 estimate was based on pipe prices prices seem to be rising for all our recent storm sewer bids We are high September 19, 1989 As you 00 over our estimate That for the 1988 CIP Material pipe projects including all agree the water line prices The 3 low bids are $40,000 apart which is a 11% variation based on the lowest submittal The other bid is obviously a company not really interested in the work Oak, Hickory, and Fry Paving and Drainage has been delayed over a year due to political considerations We need the project to be constructed now to avoid further postponements Finally, the design life of this project will be 20 years before any major subgrade work would be anticipated When you evaluate the waterline for length of service that period should be considered The prices for sewer and water are higher in part because of the cement stabilized backfill now required for trench replacement We recommend that you accept the bids as submitted Sunmount is an excellent company who does the best job possible of supervising their subcontractors Je ty ar c xc Charlie McKenna 0751E NOU-01-'89 WED 14 18 ID CITY OF DENTON UR TEL NO 817-566-8236 #783 P02 EXCERPT FROM MINUTES PUBLIC UTILITIES BOARD OCTOBER 24, 1989 7. CONSIDER BID OPENING #1013 TO SUNMOUNT CORPORATION FOR OAK, FRY AND BRYAN SANITARY SEWER AND FRY WATER LINE. Laney made a motion to approve Bid #1013 to Sunmount Corporation Second by Thompson All ayes, no nays, motion carried 8. CONSIDER BID OPENING #9976 TO CAJUN CONSTRUCTION COMPANY FOR PART A, INSTALLATION OF RAW WATER PUMP #3A, AND MISCELLANEOUS REHABILITATION. Frady made a motion to approve Bid #9976 to Cajun construction company Second by Thompson All ayes, no nays, motion carried 9. CONSIDER BID OPENING #1020 FOR THE PAINTING AND REPAIR OF THE HIGH SCHOOL ELEVATED STEEL STORAGE TANK. Laney made a motion to approve Bid #1020 for the painting and repair of the High School elevated steel storage tank The motion was seconded by Thompson All ayes, no nays, motion carried C7 H H 'H' H ~C ~ ~ii L'i U7 r ;v H 7 y cn Cn H H po ~ n +9 t ttil o H H O H tR -V~ ul Va Ln yr w w H to -l -l 00 W tO O] U1 ~ -4 In Ln W C O Li O Ul N o w o -3 H O lP O --l ul O - o o Ul VT V? W V? w N -l N N In Ul tC N N O --1 F, H Ut ~ to H 0 0 C) o rn m o 0 o m 0 0 0 0 0 0 0 o O C) N VT P. N w yr N N P LI 4 FC o r r ~ m t~ In o J 0 J O O m O N w o rn o v Ul O N O W Ul O Ul O O N W L? W La 0) H 1. VR Ul 1-4 ~O W H P 00 Vj O Ul w Ul w N O N O -O O O W O J Ul O O O Ul O 0 O O 0 O w w o z =H: to c C zz H N O ~ - xt o C) H o w ro W H z z [=i R, r ~ U i 3 n b~ H e H ro ro ~ H H h i H O z H U] O r H n O nz OH ~ [tl 0 H n z zH K n H O z KD b t r C t r H'w> Hrog0H nj F3 N H Pj En O n O n 0 zu n (n H OHn ~zx yzro M 0 0 y C ooz z n room 0 Q H z DATE NOVEMBER 7, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 1020 - PAINTING & REPAIR OF THE HIGH SCHOOL ELEVATED STEEL STORAGE TANK RECOMMENDATION We recommend this bid be awarded to the low bidder, Lupton Painting Company, for items 1, 2, and 4, for the total amount of $85,500 00 SUMMARY This bid was advertised and sent to several known vendors that are equipped to complete this bid project We received only three bids Lupton Painting Company was by far the lowest bid received This Company has bid on prior projects for the City They have a satisfactory work record of like projects in both Oklahoma and Texas They are a larger company than the company that did our last painting project BACKGROUND: Public Utility Board and Minutes and Bid Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED The City of Denton Utilities, Maintenance, The Vendor, and The Citizens of Denton FISCAL IMPACT There is no additional impact on the General Fund Respec ully 'submitted City Manager Prepared by a o n J Marshall itT Purchasing Agent Approved 01 a e o nhall Tit Purchasing Agent 019.DOC X October 24, 1989 PUBLIC UTILITIES BOARD AGENDA ITEM TO CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM R E Nelson, Executive Director of Utilities SUBJ CONSIDER BID OPENING #1020 FOR THE PAINTING AND REPAIR OF THE HIGH SCHOOL ELEVATED STEEL STORAGE TANK RECOMMENDATION The Staff recommends approval of the subject bid and awarding the following bid items to Lupton Painting Company, of Shawnee, Oklahoma, for a total amount of $85,500 Bid Item Description Bid Price No 1 Blast & Paint Inside of Tank $75,000 No 2 Repair or Replace Damaged Steel 4,500 Members No 4 Install Safety Climb Devices 6,000 No 6 Additive Item for Deleting -0- Outside Tank Painting from Contract Total $85,500 SUMMARY Bids were received and opened October 19, 1989 The results are shown on the bid summary t see Exhibit I) The bid included a total of 6 bid items, which were described as follows Bid Item Description No 1 Blast and Paint Inside of Tank No 2 Repair or Replace Damaged Steel Members No 3 Blast and Paint Exterior of Tank No 4 Install Safety Climb Devices No 5 Alternate Outside Paint System No 6 Additive Item for Deleting Ouside Tank Painting from Contract Lupton Painting Company was the lowest qualified bidder for the base bid, as well as for each individual bid item The bid was structured to include an alternative exterior paint system, bid item 5 (with a lower degree of surface preparation), and an option to delete painting the outside of the tank, bid item 6 PUB Agenda Item Page 2 The Staff had proposed that both the interior and exterior of the tank be painted in 1990 Exteriors of tanks should be painted approximately every 10 years The estimated cost was $157,000 Since the bids came in at $230,400, the Staff is recommending only to paint the interior this year and wait until next year to paint the exterior The Utility Department Staff investigated, and is satisfied with the qualifications, experience record, and bid prices submitted by Lupton Painting Company However, due to limited available budget funds, Staff only recommends awarding the contract to paint the inside of the tank, repair the structural steel, and install the safety climb system (bid items 1, 2 and 4) It should be noted that Lupton Painting Company did not assign an additional cost (bid item 6) for deleting the exterior painting of the tank from the contract BACKGROUND The High School tank is a 2 million gallon tank, which was constructed in 1968 by the Pittsburg-Des Moines Steel Company The exterior of the tank was repainted in 1979 At that time, the interior of the tank received some minor spot repair work Otherwise, no other work has been done on the interior since the tank was built Recent inspection of the tank indicates that the interior paint system has reached the end of its usable life and some limited steel corrosion has occurred inside the tank bowl The outside paint system is also at the end of its usable life, and the colors are significantly faded and chalked However, there is no evidence of corrosion on the outside of the tank except on the roof of the vent During the budgetary process, the Utilities Staff contacted the painting contractor who had repainted the interior of the Peach Street Tank for assistance in preparing cost estimates for the High School tank project This resulted in the following cost estimates which were incorporated into the FY 89-90 operating budget Account #620-081-0460-8301 - Maintenance on Water Storage Reservoir Interior Paint System Exterior Paint System $ 76,800 80,600 Total $157,400 Account #620-081-0460-9101 - Safety Climb Systems for Elevated Tanks Total $ 5,000 PUB Agenda Item Page 3 After the bidding process, the Utility Staff met with the low bidder and checked his previous job experience references Lupton Painting Company has successfully completed repainting numerous elevated steel storage tanks in the 500,000 to 2 5 million gallon size range in both Oklahoma and Texas The company is a large, stable and bondable company for a project of this size and has proper equipment and personnel to perform the work PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Citizens of Denton, Denton Municipal Utilities, and Lupton Painting Company FISCAL IMPACT Funds 620-081-0460-8301 620-081-0460-9101 Total Bid Proposal (Items 1, 2 and 4) Amount Over/(Under) Budget Bid Proposal (Items 1, 2, 3 and 4) Amount Over/(Under) Budget W ed b . Lee Allison, n r ng Administrator $157,400 5,000 $162,400 $ 85,500 (76,900) 230,500 68,100 ResRes eclubmi ted, ' Nelson, -Executive Director of Util` s Apd by, S Exhibit I Bid Summary II Project Location am, rector Water/Wastewater Uti 6529U 9-11 NOV-01- 89 WED 14 18 ID CITY OF DENTON UR TEL NO 817-566-8236 #783 P02 EXCERPT FROM MINUTES PUBLIC UTILITIES BOARD OCTOBER 24, 1989 7 CONSIDER BID OPENING #1013 TO SUN14OUNT CORPORATION FOR OAK, FRY AND BRYAN SANITARY SEWER AND FRY WATER LINE. Laney made a motion to approve Baal #1013 to Sunmount Corporation Second by Thompson All ayes, no nays, motion carried. 8. CONSIDER BID OPENING #9976 TO CAJUN CONSTRUCTION COMPANY FOR PART A, INSTALLATION OF RAW WATER PUMP #3A, AND MISCELLANEOUS REHABILITATION. Frady made a motion to approve Baal #9976 to Cajun Construction Company Second by Thompson All ayes, no nays, motion carried 9 CONSIDER BID OPENING #1020 FOR THE PAINTING AND REPAIR OF THE HIGH SCHOOL ELEVATED STEEL STORAGE TANK Laney made a motion to approve Bid #1020 for the painting and repair of the High School elevated steel storage tank The motion was seconded by Thompson All ayes, no nays, motion carried ~j 1 U1 IN w N - b - - - - - - - - - - - - - - - - - - - - - - - H o 9 ~ ro ro ro ro ro ~ x H C y qq ~ fi U1 w n H w d H w > O En H z 0 l7 w H 0 N i/! i/Y H N i? H a LT 00 N N a w ~D -1 w ~O lD N m 41 W % J l0 H %D U1 ko W U1 O OJ O O In Ol O N O N O W H 0 O O 0 0 0 0 - - - - - - 0 - - 0 - - 0 - - 0 - - 0 - - o - - O - - - lu~ K H H in N H V! ~P is ~1 N tC Ln rn Ln A. ~n cn o O O in o CD 0 o O o 0 0 0 0 0 0 0 0 O O O o O o O O O O o 0 ar Va to In yr H H N H W w w yr o vy H H w o o koo lp-o tp- w . 0 o Ui O n o o O o O O C) 0 O 0 0 0 0 0 0 0 0 0 0 0 0 o O o O O o o O O z~ C7 O n 0 w n w d d o czi z ~ H H N LT7 O C N C3 ti o C) C ro ~ ~ d O D~ H L O ad w pd ;U H O H O G) w H 0 y 00 b ~ 7zC H zH F113 6~y 11 fpn HC "rd H H U7 H z n ro 0HHq roZH >H0 z4zz t~ 0 rd n 0 z ~ H~-7 !n '*J nnvzid y O z c W 0 STATE OF TEXAS COUNTY OF DENTON ) ( CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this Rth day of NOVEMBER _ A.D., 1989, by and between THE CITY OF DENTON qnt-R TEXAS STREET - DENTON. TEXAS 76201 of the County of DENTON and State of Texas, acting through I.T.OYD V. HARRELL thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and LUPTON PAINTING,_ COMPANY 1210 GORDON COOPER- SHAWNEE, OKLAHOMA (405) 273-7142 of the City of SHAWNEE , County of and state of OKLAHOMA 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# 1020 - JR. HIGH SCHOOL ELEVATED STORAGE TANK PAINTING AND REPAIR- P.C. #93718 - $85,500.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b --written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ELECTRICAL ENGINEERING/WATER PRODUCTION DEPARTMENTS , 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: \t tl . (SEAL) ATTEST: ZcL LUPTON PAINTING COMPANY Party o e Seed Part, CONTRACTOR By / 41\ L AS Title (SEAL) APP rTO FORM: i/ C ty Attorney j CA-2 0044b LLOYD V_ HARRELL, CITY MANAGER BOND PREMIUM BASED ON FINAL CONTRACT PRICE BOND EXECUTED IN FOUR ORIGINALS STATE OF TEXAS s COUNTY OF.COLLIN PREMIUM CHARGED ON ANNUAL BASIS BOND #841034-89 PERFORPIANCE BOND KNOW ALL MEN BY THESE PRESENTS: That L jjpTGN PAINTING COMPANY , of the City of SHAWNEE County of Pottawatomie , and State of OKLAHOMA as PRINCIPAL, and International Fidelity Insurance Company as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON TEXAS as OWNER, in the penal sum of EIGHTY FIVE THOUSAND FIVE HUNDRED AND N01100 ----------------------Dollars 385,500.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and. assigns, jointly and, severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the R+h day of NOVEMxFR , 19gcL, for the construction of BTD# 102n TR HTCH SCHOOL ELEVATED STORAGE TANK PAINTING AND 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 nFNTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby' waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said. Principal and Surety have signed and sealed this instrument this 21st day of November , 1989 . LUPTON PAINTING COMPANY International F i de l i ty ins. uo. n , ~L Principal Surety K~ -7 1 BM 'I Vim/( L 7J r ~YF C ryl L. Humphrey Title l~I~zCLQ(w Title Attorney-in-Fact Address Address 24 Commerce Street A4 . Newark New Jersey 07102 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damiano, Jr. 101 E. Park Blvd., Suite 1021, Plano, Texas 75074 NOTE: - Date of Bond must not be prior to date of Contract. PB-2 OM BOND PREMIUM BASED ON FINAL CONTRACT PRICE BOND EXECUTED IN FOUR ORIGINALS STATE OF TEXAS PREMIUM CHARGED ON ANNUALBASIS BOND #841034-89 PAYt1ENT BOND COUNTY OF COLLIN KNOW ALL MEN BY THESE PRESENTS: That nrNmrAlr rnr~n ANY County of Pottawatomie of the City of SHAWNEE ' and State of OKLAHOMA , as principal, and international Fidelity Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto. THE CITY OF DENTON TEXAS OWNER, in the penal sum of EIGHTY FIVE THOUSAND ) FIVE HUNDRED AND NO/1 00 -----------------------------Dollars (t85,500.00 for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by . thes presents: . WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 8th : day of NOVEMBER 19 g~• RTD* 1090 TRr HIGu ScHOOT FLFVAT ORAGE TANK PA7NTTNG AND REPAIR 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 a' said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then, this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the. provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby . waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 21st day of November 1989 LUPTON PAINTING COMPANY Principal By h Surety Ch&41 L. Humphr Title Attorney- in-Fact ^r R J ' Title Address . 4210 ~ oo (SEAL) Address 24 Commerce Street Newark New Jersey 07102 (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damiano, Jr. 101 E. Park Blvd., Suite 1021, Plano Texas 75074 PB-4 0092b BOND EXECUTED IN FOUR ORIGINALS BOND #841034-89 mAINTENANCE BOND STATE OF TEXAS COUNTY OF COLLIN KNOW ALL MEN BY THESE PRESENTS: THAT LUPTON PAINTING as Principal, and International Fidelity Insurance Compare 1 ~~nrw~V a Corporation authorized to no business in the State o 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 T' D FI lOX of . Dollars u 550.00 the total amount of the contract. for the payment of which sum m said Principal and surety do hereby bind themselves,, their successors and asssigns, .jointly..and . severally. This obligation is conditioned, however, that: WHEREAS, said PTON PAINTING COMPANY has this day entered into a written contract with the said City of Denton toXdludlC7d aXAX9PRRJER9G*X PAINT AND REPAIR AN ELEVATED STORAGE TANK which contract -and plans and:.specifications therein menLiuu=u,. -.r--- City of .Denton, are filed with the City Secretary of said City and-are hereby expressly incorporatd herein by reference arid 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, being unders that the purpose of this section work, or labor perfor performed by said Contractor, and in reason of defective materials, , reconstruct or maintain said case the said Contractor shall fail to repair, work in accordance with said improvements it is agreed that the City may 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 es in said Contractormto comply with the terms and provisions ' offsaid rcontra thandathisobond. MB-1 0093b NOW, THEREFORE, if the said Contractor agreement to maintain said construction and keep same in repair period of one (1) year, as herein and said contract provided, shall be. null and void and have no further effect; otherwise, force and effect. shall perform its for the maintenance then these presents to remain in full it is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Lupton Painting Company as Contractor and Principal, has caused these presents to-be executed by Mr. Robert Lupton and the said International Fidelity Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Cheryl L. Humphrey and the said Attorney-in-Fact has hereunto set his hand this St day of ovem er , 1989 PRINCIPAL: Lu ton Paintin Com an /To6erf 1e oak - vhaoroGe~ MB-2 0093b SURETY: =TEL, (201) 624-7200._ POWER OF-- ATTORNEY - -INTERNATIONAL FIDELITY INSURANCE COMPANY- _ HOME OFFICE 24 CO04ERCE"STREET NEWARK tNEW JEEY 07Q02- BOND NO '~.84~ 034-89 RS KNOW ALL MEN BY THESE PRESENTS: That,INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing , . - under the laws of the State of New Jersey, and having its principal office in the City of Newark; New Jersey, does hereby constitute and appoint V.R. OAMIANO,.JR-., BE TTY J. DAMIANO, CHERYL L. HUMPHREY', SHANE<ALLEN HUMPHREY.-:' PLANO, TEXAS: _ 6 89~ its true and lawful attorney(s)-m foci to execute, seal and'deliverfor and on its behalf as surety. any and allbo"nds and undertakings contractsofmdemnity and - otherwritings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulanon; contract or otherwise; and the, _ execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY;:- asfully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and maybe certified to and maybe revoked. pursuant to and by authority . ofArticle2,-Section 3, of the By Laws adopted by the Board of Directors of INTERNATIONAL FIDELITYINSURANCE COMPANY ata meeting called and held on the 23rd day of December, 1968. - The President,-or any Vice President, Executive Vice --:Pressident; SecretaryorAssistant'Secretary„shall have power and authority (I) To appoint Attorneys m fact; and io authonze'them to execute on behelLof the Company and attach the Seal'oEihe Company thereto'borids and - undeertakings, contracts:of indemnityand other writings .obligatoryto [he nature.thereof and - (2) To remove, at any time, any such Attorney-in-fact and revoke the authority given.- _ - , Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolutionofthe Board of Directors of said Company adopted at a meeting duly called and held on the 4th day of February, 1975 of which the following is a true excerpt: _ Now therefore the signatures of such officers and the seal of the Company maybe affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate hearing such facsimile signatures or facsimile seal shall be_valid and binding upon the Company,and' any such power so executedand certified -by faesimile'signaatures and facsimile seal shall be valid and bindmgupon the Coinpanv urthe-future with`resp9d to : any bond or undertaking to which it is attached - - g _ IN TESTIMONY WHEREOF. INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to - be signed and its corporate seal to be affixed by its authorized officer, this I st day of May, A.D. 1986: _ INTERNATIONAL FIDELITY INSURANCE COMPANY S~m 1 off STATE NEW JERSEY - County of of Essex rh: - - -Executive Vice President On this lstday of May 1986: before me came the individual who executed the preceding instrument, tome personally known, and, being by me duly sworn, - _ said that he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal. affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. IN1y~ IN Re. INTESTIMONY WHEREOF, Lhave hereunto set my hand and affixed my Official Seal, w_ at the City of Newark. New Jersey the day and year, first above written. ~ M OTA R y~~ , e J PV`8L f A NOTARY PUBLIC OF NEW JERSEY 'If.S My Commission Expires April 28, 1992 1L.~- w x ~~7.JE! Sxif' - - 6FKT F1~GrAAyT~IIONc-. - I, the undersigned officer of INTERNATIONAL FIDELITY I IIRrLYVCE COM$AN,do hereby certify that I have compared the foregoing copy of the Power of Attomey and affidavit. and the copy of the Section of the,~;RS1s'spfsaid Companyas set forth in said Power of Attorney, with the ORIGINALS ON `FILE INTHF HOME OFFICE OF SAID COMPANY and that thesame are coorrecttranscripss thereof. and of the whole ofthe said originals, and that the said Power of Attorney has not been revoked and is now in full farceand effect IN TESTIMONY WHEREOF,"I-have hereunto set my hand[h~~ler l9"89 R a {s - _ =r..- w Assistant=Secretary TO'A -lyA01 LaGere & Walkingstick Insurance Agency, Inc. P.O. Drawer 409 Chandler, Oklahoma 74834 ►~t~'~~;~h`1\rCnl 11-30-89 pml THIS CERTIFICATE IS ISSUED AS A MA'I I ER OF INFORMATION ONLY ` AND CONFERS NO RIOH 15 UHOIN 1'HF. C.FR T IFIC.ATE HOLDER. THIS CCRTIFICATE DOES NOT AMENO, F.XTF;NO OR ALTER THE COVER- ACE AFFORDED BY THE POLICIES BELOW. _ COMPANIES AFFORDING COVERAGE COMPANY A LETTER Employers Casualty COMPANY g INSURED LETTER Lupton Painting Company COMPANY C 1210 Gordon Cooper Dr. LETTER Shawnee, Oklahoma 74801 COMPANY LETTER D COMPANY ER E LETT li-ld THIS IS TO CERYIVY THAT POLICIES Of INSURANCE LIS I ELI BELOW IIAVF. 8LF_N 155ULD TO r1 N: iPL;UH(:0 NARII:.I, A(AOVC FOR TI IF POLICY PERIOD INDICATED. No rWI r HSI' ANUINO ANY RF.OIIIRFM6NT, TERM OR CONOITIi)N OF ANY CON) RACT UH OTHER UOCUMeNT WITH RE5PI 1' TO WHICH TI ITS CERTIFICATE MAY BE ISSUED OR MAY PER LAIN. I'HE INSURANCE Al-VORDLD By I'1 IF POLICIES DF.SCRIBFO HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONOIFIONS Of' SUCH POLICIES. CO POLICYETFeCTIVE POLICY EXPIRATION LIq BTLI IV LIM ITS IN THOUSANDS' TYPE OF INSURANCE POLICY NUMBER Ion n Ia+MARD!vv1 LIA IE IMM!I111!Y!I _ POOPEDATE . .TR M, IJARFNCE GENERAL LIABILITY COOav _ PIJURY CfIMPRFNEN9IVE FORM - IIYI HAZAl10 NOENTCONTRACTORS FORM PROPERTY OAMAGtt AUTOMOBILE LIABILITY I1 - ANYAVrU xx ALL OWNEO AUrO& 183110 RED AVTOS LIAHILI rY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY PFRSONAL INJURY ' _ HrJUIL VNJURY 1 - PER 3-23789 3-23-90 TRIMLY IN.ILI XY (PER + 1 l IF ACCIDENT) iy Mq NFDI yrooo & VU I.:' f.: (EACH ACCIDENT) (DISEASE-EACH ....._..L.... DESCRIPTION OF OPERATIONS/COCA (ION S/V CHICLES(SPCCIAL ITEMS Additional Insured: City of Denton Bid #1020 - Title, Painting and repair of high school elevated steel storage. - , tank....__ City of Denton, Texas Purchasing Agent 901-5 Texas St. Denton, Texas 76201 Attn: John Marshall cam., 01'7-7a7-dti97 SHOULD ANY OF THE ABOVE L)C5CRUIED Pt)1_117165 BE CANCELLED BI FORT, IIiE EXPIIIATION DArE '1'l IERBOF, 11 HE ISSUING COMPANY WI1,1_ rNnFAVOR TO MAIL Q UAYS WHI ITEN NOTICE TO nw in:R'rIFICATri IIOI.DI:R NA 11, (u TIIF 1 FFI, BUT FAILURE TO MAIL'iUCH NOTICE 5HALL IM1105E NO OBLIGATION OR LIABILITY OF ANY VtINU UPS1N T COMPANY, ITS Au ENT!) Oil RLFINESENTATIVES. AUI'HORILfiU IIF PHE LA'I TO'd 7di01 :at: int. CERTIFICATE OF INSURANCE PRODUCER LaGere & Walkingstick Insurance Agency, Inc. P.O. Drawer 409 Chandler, Oklahoma 74834 CODE sue CODE INSURED Lupton Painting Company 1210 Gordon Cooper Dr. Shawnee, Oklahoma 74801 ISSUE DATE (MM/OWYY) 11-29-89 F THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMENI EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY LETTER A Employers Casualty COMPANY LETTER B COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD' INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS .I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, l EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION .I 1'[ TR TYPE OF INSUAANCS - POLICY NUMBER DATE (MMIDO/YY) DATE (MM/ODIYY) ALL LIMITS IN tHOUSAND9 ii GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR. v X OWNER'S E CONTRACTOR'S PROT. 183277 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCNEOULED AUTOS HIROO AUTOS NON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY OTHER THAN UMBRELLAFORM - WORKER'S COMPENSATION AND EMPLOYERS' UASILITY GYMS DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/AE9TRICTIONB/SPECIAL ITEMS Additional Insured: City of Denton, Texas HOLDER City of Denton, Texas Purchasing Agent 901-B Texas St. Denton, Texas 76201 Attn: John Marshall FAx 917-3ga AcnRn aR.A (A/AA% GENERAL AGGREGATE 01,00 PRODUCTS•COMP/OPS AGGREGATE $1,00 PERSONAL A ADVERTISING INJURY $1,00 12-2-89 12-2-90 EACH occurintrice 11,00 FIRE DAMAGE (Any one fire) S 5 MEDICAL EXPENSE (My one person) f COMBINED SINGLE S LIMIT BODILY INJURY S (Per peraon) BODILY INJURY S (Pa ecclam) PROPERTY DAMAGE i ~II I EACH AOOREOATE11I OCCURRENCE 333 I S 3 l! f7 x{': STATUTORY If (EACH ACCIDENT) 'I) 1 (00EAS0--P0LI6 U011 f (DISEASE-`EN]H ltl.'""}, c.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR MAIL-10-DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION LIABILITY OF ANY KIND UPON THE.COMPANY, ITS AGENTS OR REPRESENTATIV AUTHOAIYED REPRESENTATIVE ~~„~,r,E.t,sfti ~COR~ORP., ONTB80 CITY OF DENTON is and Address of Agency STATE INSURANCE FUND P 0 BOX 53505 OKLA. CITY, OK 7315 Phone (405) 232-7663 City of Denton Reference: Project Nero: Project Not Project locations to and Address of Insureds Maneging Dept: Companies Affording Coverages A STATE INSURANCE FUND 1210 GORDON COOPER DRIVE SHAWNEE. OK 74801 Phons a C This is to certify that policies of insurance listed below have been Issued and are In force at this time. any Expiration Limits of Liability W Tvna of Insure Pnl Irv hanker ne+M In Thouarvla MWI slue Gesmal Liability en« - rrance - CI• Made (see f2-reversy Bodily Injury $ Broad Fore to ludes Property Damage $ - Premises/Opera I - Independent Contr - Products/Completed ons Bodll njury and Property - Personal Injury U Combined $ - Contractual Liability (see fl ) - Explosion and Collapse Hazsrd - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see f3-reverse) - Broad Form Property Oanage - Professional Errors/Omissions - occurrence - claims made (see 02-ceverse) Caw, shensive Bodily In Person S Liability Bodily Injury TA ident f - OWnwd/ Automobiles Property Damage $ - Hon Automobiles Automobiles Bodily Injury/Property Damage Combined S - Workers' Compensation and Statuto Amount ry Employers' Liability 00245654 2-1-90 1 000 000 each occl n Other Insurance eription of Operations/Locations/Vehicles. The City of Denton Is an additional insured as its interest may ear as defined on the reverse side. and address of Certificate Holder. NOVFMRFR 21 q$ C= CF OMM, MW PUICR4SRE AGM 901-8 MW Sr LEIM, T)C 76201 gg >rMEE CIS G2CUM= CN > C1-4 )t>9!®. CT-1 STATE INSURANCE FUND P.O. BOX 53505 OKLAHOMA CITY, OKLAHOMA 73152, (405) 232-7663. CERTIFICATE OF INSURANCE THIS IS TO CERTIFY THAT POLICY NUMBER 00245654 89 1 ISSUED IN THE NAME OF: LUPTON PAINTING COMPANY OTHER BUSINESSES COVERED: 1210 GORDON COOPER DRIVE SHAWNEE .OK 74801 IS IN FORCE ON THE DATE HEREOF, AS FOLLOWS: LOCATION OF OPERATIONS TO WHICH THIS CERTIFICATE OF INSURANCE APPLIES: STATE OF OKLAHOMA AND EXTRA TERRITORIAL JURISDICTION. KIND OF INSURANCE: WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY PERIOD: EFFECTIVE: 02 01 89 AT 12:01 A.M. EXPIRES: 02-01 90 AT 12:01 A.M. THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS EXTENDS OR ALTERS THE COVERAGE AFFORDED IN THE POLICY DESCRIBED HEREIN. LIMITS OF LIABILITY: WORKERS COMPENSATION INSURANCE: FULLY COMPLIES WITH THE REQUIREMENTSIOF THE STATE LAWS OF OKLAHOMA. EMPLOYERS LIABILITY INSURANCE:. BODILY INJURY BY ACCIDENT 1,000,000 EACH ACCIDENT BODILY INJURY BY DISEASE 1,000,000 EACH EMPLOYEE BODILY INJURY BY DISEASE 1,000,000 POLICY LIMIT THE DESCRIBED POLICY IS A STANDARD OKLAHOMA' WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY APPROVED BY THE STATE PROPERTY AND CASUALTY RATE BOARD. IN THE EVENT OF ANY MATERIAL CHANGE IN, OR CANCELLATION OF SAID POLICY THE UNDERSIGNED COMPANY WILL GIVE 30 DAY WRITTEN NOTICE TO THE PARTY TO WHOM THIS CERTIFICATE IS ISSUED, BUT FAILURE TO GIVE SUCH NOTICE SHALL IMPOSE NO OBLIGATION NOR LIABILITY UPON THE COMPANY. CERTIFICATE ISSUED TO: OKLAHOMA STATE INSURANCE FUND UNDERWRITER - CITY OF DENTON, TEXAS ATTN: PURCHASING AGENT 901-B TEXAS STREET DENTON TX 76201 SIGNED 11-21-89 AT ITS OKLAHOMA CITY OKLAHOMA OFFICE. SR 3[ALe 'tne.iitnnca Funci P.O. R653505 OvIahnma City. C!; NOTICE TO BIDDERS Sealed bid proposals addressed to the City of Denton, Purchasing Department, 901-B Texas Street, Denton, Texas, 76201 will be received at the office of the'Purchasing Agent until 2:00 p.m. October 10, 1989 Bid #1020 High School Elevated Steel Storage Tank Painting and Repair The bids will be publicly opened and read, bids received later than the specified time and date will be returned to the bidder unopened. The bids will then be officially reviewed and awarded by the City Council as soon thereafter as possible. All bid proposals must be made on the printed document forms included in the specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within 60 days from and after the date of the bid opening. Each bid must be accompanied by a cashier's check, certified check or acceptable bidders bond payable without recourse to the City of Denton, Texas in an amount not less than five (58) percent of the bid submitted as a guarantee that the bidder will enter into a contract and execute a performance bond, payment bond, and the required insurance certificate and owner's protection policy within fifteen (15) days after the notification of the award of the contract to the bidder.. Qualified prospective -bidders may obtain copies of the bid invitation with information to bidders, bid proposals, plans and/or specifications at the office of the Purchasing Agent, located at 901-B Texas Street, Denton, Texas in the Purchasing/Warehouse portion of the Service Center Complex, at a non-refundable cost of $ l0.00 (ten) dollars per set. The City of Denton, Texas reserves the right to reject any and all bids and to waive defects in bids. No officer or employee of the City of Denton shall have a financial interest, direct or indirect, in any contract with the City of Denton. Minority and small business vendors or contractors are encouraged to bid on any' and all City of Denton, Texas projects. CITY OF DENTON, TEXAS John J. Marshall, C.P.M. Purchasing Agent This advertisement to run September 19, 1989 & September 26, 1989. 009.DOC Rev. 7/6/89 2 PAGE CITY OF DENTON } PURCHASING DEPARTMENT " is DATE: October 10, 1989 BID NUMBER: 1020 BID TITLE: High School Elevated Steel Storage Tank Painting and Repair. W Sealed Bid Proposals will be received until 2:00 p.m. October 10, 1989 at the Office of thelPurchasing nnAgent 901-B Texas Street, Denton, Texas 76201-42N.- BIDDER NAME: v/r~dti' ol'111ri' lea John J. Marshall, C.P.M. I { Purchasing Agent ADDRESS: ~tU n 'u ~f (817) 566-8311 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received in duplicate. on this forth, prior to opening dale 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 envelops. and mailed or delivered-to the Purchasing Department. City of Denton. 901 •B Texas St., Denton, TX 76201. 1 Any submitted article dirviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be considered. - - " L 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. - i 8. In case of defaut attar 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 suctr default. The City of Denton reserves the right to (elect any and all bids, to waive all informalities and require that submitted bids remain in force for a sixty (BM day period after opening or until award is made: whichever comes first. - & The quantities shown maybe approximate and could vary according to the recuirements of the City of Denton throughout the contract period. - 9. The Items are to be priced each not. (Packaging or shipping quantities will Do 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 gounda for disqualifications. 12. The conditions and terns of this bid will be considered when evaluating for award. 19. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-8) . PAGE 7 PROPOSAL OF BID PROPOSAL Ic- ocl /U 1951 (70 C, e I I A Corporation organized and existing under the laws of the State of a partnership consisting of I r (An .~H(Li i the business name of an individual. TO: City of Denton, Texas PROPOSAL FOR: IiTGR SCHOOL ELEVATED STEEL STORAGE TANK PAINTING APED REPAIR Bid Nuiuber: I0ab The undersigned Bidder, pursuant to the foregoing Invitation for Bids, has carefully examined the Instructions to Bidders, this Proposal, the Supplemental Conditions, the form of Contract Agreement and Bonds, the General Conditions for the'Agreement, the Specifications, the Plans, and also the site of the_work, and will provide all necessary labor, superintendence, machinery, equipment, tools, materials, services and other facilities to complete fully all the work as provided in the Contract Documents; and binds himself upon formal acceptance of his Proposal to execute a contract and bonds, according to the prescribed forms, for the following prices to-with: 2TF008.DOC P-1 i I `t +i j r ?i' • 1 4 t. Item Quantity Description. Unit Extended No. Price Amount 1 L.S. For furnishing all materials, tools, equipment, labor, supervision, and incidentals as required to clean out the, tank, prepare the surface (including all spot repairs) and seam sealing), and place paintings on the interior surfaces of the tank bowl, wet riser column, and access drywell as specified herein, conplete in place for the lump sum amount of: Vji- l 4uuSIIIJ DOLLARS AND OX, CENTS $ 5 UUd S ~S,CG'd per luny sum 2 100 HR For furnishing all materials, tools, equipment, labor, supervision and incidentals as required and as directed by the owners' engineer for the replacement and repair of structural steel members, ladders, platforms, safety railings and other appurtenances within the interior of the tank bowl as specified herein, for the sum of: p ld i l.CvL') DOLLARS 00 CENTS $ / Oaf $ per.hour.. 2TF008.DOC P-2 Item No. 3 Quantity Description Unit Extended Price Amount L.S. Ebr furnishing all materials, tools, equipment, labor equipment, labor supervision and incidentals as required to.prepare the surfaces and install Exterior Paint System Dumber one to the exterior surfaces of the tank including the tank bawl, legs, braces, and central column skirt (the exterior surfaces of the tank within the central column sk triare not included in this contract) as specified herein, complete in place for the lump sum amount of: o~o_~u~a~s-r~,►c.~-u~~`R~aDOIS.ARS AND CENTS $ y5J~ d0"'/rs $ I4SO~o'~ per lump sum ALTERNATE BID ITEMS 4 Total Base Bid for Bid Items 1, 2, &3) a`I05O6u, L.S. Ebr furnishing all materials, tools, equipment, labor supervision and incidentals as required to install a permanent fall prevention system on all existing ladders in accordance with OSHA requirements as specified herein, complete in place for the lump sum amount of: DOLLARS AND ~w CENTS $ r U bU $ per luup sum 0 2TFOO8.DOC P-3 °i r i• Item Quantity Description Unit Extended No, Price Amount 5 L.S. Delete Bid Item NLmiber 3 and replace it with the same description except for the substitution of Exterior Paint System Number Two 4 instead of Exterior Paint , System Number One for the lump sum total amount of: DOLLARS ~ . . AND CENIS $ ,S J. $ 05'm per lump sum Item Quantity Description Unit Extended No, Price Amount 6 L.S. Additive Item (See'Special Conditions) In the event the Owner elects to Delete the painting of the exterior of the tank (Bid Item Number 3 or Alternate Bid Item Number 5) due to the availability of sufficient funds, this Bid Item shall cover the additional overhead expenses (if any) such as mobilization, start-up, insurance, etc., to be applied to the total contract bid price as a result of deleting the painting of the exterior of the tank from the scope of the project for the lump sum of: Z1-~ DOLLARS 7e ,U crams AND per lug sun 2TFOO8.DOC P-4 within fifteen (15) days after formal acceptance of this Proposal by a Notice of Award of contract, the undersigned will execute the Contract Agreement and will furnish approved surety bonds and such other bonds as required by the Contract Documents for the faithful performance of the Contract. In the event the Contract Agreement and bonds are not executed " within the time above set forth, the attached bid security in the amount of is to become the property of the Owner as liquidated damages for the delay and additional work caused thereby. The undersigned agrees to substantially complete all work covered by these Contract Documents within 60 consecutive working days from the date of written Notice to Proceed. If the Owner elects to delete bid item number 3 (for painting the exterior surfaces of the tank) the undersigned agrees to substantially complete all work covered by these Contract Documents within 45 consecutive working days from the date of written Notice to Proceed. Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendwn No. 3 Addendum No. 4 Addendum No. 5 Attested By: ret-ary W-HN>s Respectfully Sul~Ynitted, By /N~ r (Print Name andl Title) V url 1q„ l I/ l u+n - /9 Address Telephone (jjS --)i 112- (SEAL) If Bidder is a Corporation NOTE: Do not detach bid forms from other papers. Fill in with ink and submit complete with attached papers. 2TF008.DOC P-5 I Y 1 i 3 i i ii I i it l tl i i I i i i i E Y s s r r Y t c a t a 1 i I Y ~ ~ i II i , E I Y 1 i i i 1 ! Y It zjl 4F 1 i i ~ Y