Loading...
1987-1470923L NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solIcited, received and tabulated competitive bids for the construction of public works or improvements ~n accordance w~th the procedures o£ state law and City ordinances, and WHEREAS, the C~ty Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible b~ds for the construction of the public works or improvements described in the b~d 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 b~ds BID NUMBER CONTRACTOR AMOONT 9780 Ensco Environmental Services $122,800 00 9783 B~ttercreek Construction $ 28,495 00 9785 Trl-Pro Services, Inc $120,775 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 b~d 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 B~dders including the t~mely 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 ~s hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the b~ds accepted and approved here~n, 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 1Sth day of September, 1987 ATTEST APPROVMD AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE September 15, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9780 Disposal of P~B Soil RECOI~NOATION We recommend this bid be awarded to the lowest bidder meeting specifications, insurance requirements and delivery requirements, Ensco Environmental Services in the amount of $122,800 00 SU~ARY This bid is for the disposal of approximately 400 cubic yards of PCB contained soil This soil will be taken from the Municipal Power Plant storage yard It was contaminated by leaking capacitors that contained PCB BACKGROUND Tabulation ~heet memo from Joe Cherri Electrical Engineer PROGBAHS, ,DEPARIT4ENTS OR GROUPS AFFECTED Electric Utility FISCAL II'ACT 1986/87 Funds Account Number 610-080-0252-8338 ~intenance of Overhead Distribution Respectfully submitted Lloyd V Harrell City Manager P ared by \ ~lame Tom D Shaw Tltle Asst Purchasing Agent Name Tom D Shaw Tit-lC Asst Purchasing Agent CITY of DENTON DENTON, TEXAS 78201 MEMORANDUM ]o Tom Shaw, ~ssxstant Purchasing Agent I rom loc Cherrl, Electzlcal Engineer I1 D~te September 2, 1987 ,uh~ccf DLSPOH\[ OF PCB SOiL UNDER BID ~ 37a0 lilt [ t~l[t[~% ~ttff recommends acceptance o[ th~ b~ t u[~)p,, ti fiom Ensto Eh% lronmental Services, Inc , P O Bo~ 987-1100 (~ommerc~ ~1 bt t%e, Port AlLen , LA 70767 under the %%sumptkon that more 'h%n .00 cubic wards w~ll be disposed off Ensco was saifuted because o[ high iLl. Ur %nee ~ovotagc ~nd les% ~hlpm(nl Lime FJ,t~c ~re the names and b~eakdown costs of the bldder~ B~ddez, D~x% 200 t ~ 100 C ~ ........................... Lnsco Enxlronmental Services Inc 15 61400 122800 ,lnbe [~ 20 7qqq7 t-8 [ ~ ~ N ~t xonal Electric 30 61100 1_2200 ( hemL~ xi W~ste M~nagement 15 6~730 127110 Anle[ eco 30 74000 1 [7000 D F ~ 74700 l t9400 I. q tt torial Flectr~c (lid include insurance covt r%~ In addition, ,(J d~xs ior shipment DATE September 15, 1987 CITY COU~CIC REPORT 10 Mayor and Melabers of the City Council FROM Lloyd V tlarrell, City Manager SUBdECT BID// 9783 - EVERS PARK AND HERCULES ST SIDEWALKS REC01~I£IIDAT[011 , We recommend this bid be awarded to the lowest bidder meeting specifications, Blttercreek Construction Co in the total amount of $28,q93 00 This m for Alternate A~ B~ C~ D combination SOlitARY This bid Is for the mstallation of sLdewalks and ramps along the North and South sides of Evers Park and also along the south side of Hercules Street The bid involves approximately 1295' of sidewalk and associated ramps~ curbs and driveways BACKGRUUIIO Tabulation sheet PROGRAHS~ DEPARTRERT$ OR GROUPS AFFECTED 1987 C I P Sidewalks FISCAL li~AC~ 1986/87 Budget Funds for Capital Improvement Projects Account # ¢36-020-GO87-9105 Respectfully submitted Lloyd V Ilarrell City Manager ii,uae Tom D Shaw, C P M Tt tl e Assistant Purchasing Agent flame Tom D Shaw, C P M TJ[~J~, Assistant Purchasing Agent DATE September 15, 1987 CITY COUNCIL REPORT 10 Mayor and Members of the City Council FROM Lloyd V Ilarrell, City Manager SUBdECT BID# 978) REMOVAL & DISPOSAL OF ASBESTOS REC01~IEIiDAT1011 We recommend this bid be awarded to the lowest bidder meeting specdications~ Trl-Pro Servlces~ Inc in the total amount of $120,77.5 00 SUI~AR¥ This bid was not a opened until 2 00 p m , September 1#, 1987, t~ our recommendation and back-up was not available for normal agenda distribution This bid is for the removal and disposal of asbestos material associated with the overhaul of power generating turbine #q and #5 The bid price also mcludes the remsulation of pipe and turbine parts with non asbestos materials ~ACKGROU~D Tabulation Sheet PROGRAHS~ OEPARIHEIITS OR GROUPS AFFECTED Electric Production FISCAL IilPACT 1986/87 Budget Funds for Maintenance of Power Generating Equipment Account # 610-080-0251-g339-E31# Respectful ly submitted Lloyd V Harrell City Hanager Hame Tom D Shaw, C P M Ti tle Assistant Purchasing Agent Approved /~ '~o~n J Marshall, C P M // ~J l;Jl~, Purchasing Agent " ?i1- ILl? CONTRACT AGREEMENT STATE OF TEXAS ) ( COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this ....lL day of A.D., 19R, by and betWeen THE CITY OF DENTON. TEXAS SEPTEMBER of the County of DENTON and State of Texas, acting through LLOY[) 'V HARREll CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and BITTER CREEK CONSTRUCTION, INC. P.O. BOX 247 COPPELL, TEXAS 75019 of the City of COPPELL and state of TEXAS termed CONTRACTOR. , County of DALLAS , Party of the Second Part, hereinafter 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: BIOI I 9783 - EVERS PARK &:. HERCULES SIDEWALKS PURCHASE ORDER II 80668 - $28.493.00 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-I 0O44b written explanatory matter prepared by thereof, and the Specifications therefore, as City of Denton. Texas En~ineerin~ Department , 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. CITY MANAGER (SEAL) ATTEST: B!TTERCREEK CONSTRUCTION, INC. Party of the Second Part, CONTRACTOR By~4 ~ f?-...L-V ( SEAL) APPROVED AS TO FORM: ~()1~)-'- City Attorney CA-2 0044b PERFOIUIANCE BOND STATE OF TEXAS ) ( COUNTY OF DENTON) ( KNOW ALL MEN BY THESE PRESENTS: That BITTERCREEK CONSTRUCTION, INC. , of the City of Coppell County of -PAw..-A,"'j , and State of Texas as PRINCIPAL, and UNITED PACIFIC INSUP-AHCE CO¡1PAiW , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON, TEXAS as OWNER, in the penal sum of TWENTY EIGHT THOUSAND FOUR HUNDRED NINETY THREE DOLLARS Dollars (j; 28.493.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the ~ day of September, 19~, for the construction of BIOI I 9783 - EVERS PARKS AND HERCULES ST SIOEWALKS 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-I PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of September , 19 ~. BITTERCREEK CONSTRUCTION,INC. UNITED PACIFIC INSURANCE COHPAIW Principal Surety By ¥/d.. ' Bv' ØJ¡¡/lj Robert D. m1ite " Title~ ..."1 V Title Attornev-in-Fact Address P.O. Box 21,7 Address 3211 Irving Blvd,i'I1S' Dallas, Texas 75247 Coppell, Texas 75019 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Robert D. rfuite, vfuite & Conselman,Inc. 3211 Irving Blvd.fllS, Dallas, Texas 75247 NOTE: Date of Bond must not be prior to date of Contract. PB-2 009lb PAYMENT BOND STATE OF TEXAS )( COUNTY OF DENTON )( KNOW ALL MEN BY THESE PRESE~~S: That BITTERCREEK CONSTRUCTION, INC. of the City of Coppe11 County of ~f)I\J--Li\S ,and State of Texas UNITED PACIFIC INSURÞJiCE COUPfu'lY authorized under the laws of the State of Texas to act as surety on bonds for , as principal, and principals, are held and firmly hound unto THE CITY OF DENTON, TEXAS , OWND<, in the penal sum of TWENTY EIGHT THOUSAND FOUR HUNDRED NINETY-THREE DOLLARS Dollars ($ 28.493.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by t~es presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the ~ day of SEPTEMBER , 19 87 . BIOI I 9783 - EVERS AND HERCULES ST SIOEW ALKS to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise ,to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of September , 19 87 BITTERCREEK CONSTRUCTION,INC. Principal UNITED PACIFIC INSUP-ANCE Cm1P MIY Surety By ¥4Ý~ BY:~ Robert D. White Attorney-in-Fact Title (Jì... n ~.PI ¥' Title Address P,O. Box 247 Coppell, Texas 75019 Address 3211 Irving Blvd,i!118 Dallas. Texas 7521,7 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Robert D, ¡<bite, ¡<bite & Conselman,Inc. 3211 Irving Blvd.i'llS, Dallas,Texas 75247 PB-4 0092b HAINTENANCE BOND STATE OF TEXAS ) ( COUNTY OF DENTON) ( KNOW ALL MEN BY THESE PRESENTS: THAT BITTERCREEK CONSTRUCTION, INC. as Principal, and UNITED PACIFIC INSURAJ.'ICE COHPANY a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of TWO THOUSAND EIGHT HUNDRED FORTY NINE DOLLARS AND 30/100 Dollars ($ 2.849.00 ), 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said BITTERCREEK CONSTRUCTION. INc. has this day entered into a written contract with the said City of Denton to build and construct BIOII 9783 - EVERS AND HERCULES STREET SIOEWALKS 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 (I) year from the date of acceptance thereof and do all necessary backfilling that !!lay 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. }1B-l 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 (I) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said as Contractor and Principal, has caused these presents to be executed by D~t/'e DÀ.I1,'S and the said United Pacific Insurance ComPany as surety, has caused these presents to be executed by its Attorney-in-Fact Robert D. ¡<bite and the said Attorney-in-Fact has hereunto set his hand this 17th day of September , 19 87 . BITTERCREEK CONSTRUCTION, INC. SURETY: PRINCIPAL: BITTERCREEK CONSTRUCTION, INC. RELIAt\!CE INSURANCE CO!!PANY ~Y: -ØJDßJ- By: 4..tg if . ../..)( " Rebert D. ¡<bite Attorney-in-Fact MB-2 0093b UNITED PACIFIC INSUR.ANCE COMPANY HOME OFFICE, FEOERAL WAY, WASH'NGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, Tho" ,... UN'TED PACIFIC INSURANCE COMPANY.' co""".,lon duly o<..nl- undo' t'" lows of ,... S..,. of W8thln¡ton, do.. "'noy moo.. conltltu'.." ._Int Robert D. White, Charles A. ConselJnan, Suszette White and David C. Oxford, individually. of Dallas, Texas Ita..... ond Io"'ul A_.....'¡n'Foct, to moleo. U""', _I.nd doj;... lOt'" on I.. Ooh"',"'" i.. oct"'- undertakings at Suretyship, 8rrj and all bonds and -------. ... '0""""" UNITED PACIFIC INSURANCE COMPANY """"y.. fUllY'" to ,... amo e..ont.. If ouch 00.... end undo"" kin.,," 0"'"",i,'n.. ...1I..to.. In tM notu,. ,-.of _.,;- by.n E.....tl.. Offl...- of ,... UNITED PACIFIC 'NSURANCE COMPANY." -,..... en..... by on. "'..... of ouch 011'->,'" _oby ..tlfl...nd confl,"" ell t"" '" ..Id Ano,.....(d'¡n,Foct..... do In """..nco "'roof. Tltl, - of An........ II a,.n," und... ... by eu'h...ltv of Anide VII of 'M By,uws of UNITED PACIFIC INSURANCE COMPANY which boamo effoctl.. So...,- 7. 1978, which ""o..,;o....e now In lull fo",. ... .ffoct, roodl.. .. follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS " Tho Iloo.. of Dlrocton. tM PT......,. 'M Ch81'...n of t'" Iloo", ony Sonior Vico PT_t. ony Vico _t ... ....Iaun, Vlco PT,,'d..t or 0""" offl.." -...... by"" Iloo.. of DI,oct..., """ ..... - ... eut""'ltv to (.le_Int An"""",....Foct end to ellthorl.. them to ox...," on be"'" of tho Co......ny. Oo.....nd und.....kl.... _nl......, cont..cu of '_'tv.... 0""" ",If '... oOIIQIOtOOY .. tM no'u" ,...,oof. e" 10J to ,........ .ny ouch An........'¡n,F.ct ., .ny II... .nd ,.,.,.e tho -,... .uthoritv al- to him. 2. An...noya.¡n,Foct """ M.. - e" e..no"tv. _oct to"" t...... rod "ml,...... of tM po- 01."....... - to ,hem. to eucu18 ...d..'-on bohoIl of tho "",-ny, 00"" end u.......,..., _ni....... con'roctl 01 Indomnltv e" 0""" ",If "" oO""t... In t'" notu,. t"'roof. Tho cor""",.. _I " no' ........oy f... t'" """tv 01 eny bonds end und8n8""" ,......""""" con'roCt1 of IndomnltY ... 0""" ",I'i... oOlI..,o,y vi tM not"'. ""'oof. ' 3. Ano,noya.¡n,Foct ...." ..... po- end ou'h...i'y to u8Cut. .ff;o..." rooulrod to be ..tach.. to 00"'. ,...,..i....... cont,.c:n of indom- nlty ... otho< co""'onel ... 00""'0" und.....,...... they ...." e'", ..... ...- ond ....hotltv to ""'itv ,... llnonc:i81 aut......, of 'M Co""",ny .nd to cop'" 01 ,... By'uws of ,... Co""",ny or eny e<tlde... Metion m.....,f, Tltll ...- 01 .no..... " ...n" .nd ...1" by 1..,.lml,. und... ... by e..""'ity of ,... foil""" Rnalutlon "00'" oy tM Boo'd of Di,oct"" of UNITED PAC'FIC INSURANCE COMPANY.,. """," ""d on t'" 5'h'" of Juno. 1979. e' which e QUOfum - """",.....Id R_urion ho. no, boon e....dod 0' _"': -Ana,.... 'hot"" IIgn..U'" of ouch di,octo" .nd offl..... end 'M a" of ,h. Co----y ...y ... .m... to .ny such - of en......,. 0' eny ",nlfl",.. ..,.ti.. t"""'o by _mile, .nd ony ouch - 01 ..,...noy ... "",lfico.. bMrina ouch ,...Imll. ,,-turot or f.c:sImH. _I """ be w'ld e" b'"", upon ,h. Co""",ny .nd .ny au'" ...- 10 ......,.. e" "",II'" by f"""milt "-,.... end """'mlle _I ...." ... w'ld ... 0""" upon ,h. Co......ny In ,he lut",e wi,h 'nøoct to ony t>ond ... """"".klng to which I, II .n......:' STATE OF PeIml!ylvania COUNTY OF' Philadelphia On mil 4th "'01 }a. November IN WITNESS WHEREDF,the UNITED PACIFIC INSURANCE COMPANY "'" "'u... ,- "'....... ",,' .., '0,"""""0 emx", mlt 4th cloy of No~b8r 1985, .1985. """,n.lly ......,.. Raymond MacNeil to me .nown '0'" ,ho V"""""'.nt 01 .... UNITED PACIFIC INSURANCE COMPANY, ... ..,.......- ,h..'" ex....t" rod ........ ,... fo,.. gol.. Inattu....' .... ell"'" ,ho _I 01 .Id co,pontlcn """"', end ,,;., A<tlcl. VII. Soc:tlc,,-I-:i.';", 3 of .... BY-Uwa ~ëO""","y, end th. R",,'utlon. at fonh ,......In. ... ,,111 In lull loreo. ~ þ~,.-- . MvCommluionExpI,..: @'fs.. ~C:"C¿ß~ ¿; /,','" .,'A'.", . May 24 ,19 86 ì l~) ~,... Public: in end I... S.... 01 Petm3Ý{~ania ' \~~ Rnidl.... Philadelphia . - ........,.. " P. D. Crassetta . "ûilt.nt -'" 01 ,... UNITED PACIFIC INSURANCE COMPANY. do -y conllY tho' .... obo..... fo,_i.." e II....nd cor,oct copy 01 e Po-, 01 Anor...,ox....'" by.ld UNITED PACIFIC INSURANCE COMPANY. which ¡, "III In full fo",.... effoct.' . INWITNESSWHEREOF"ho.....roun'oatmY"""""f X~:""::"'~¡ ComPony'hll l7t~ 1B 87 ,~:/ , . I?' A..llt.n' s.c:,...,. . OOU-18" Ed. on. '."",.,- CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or li-abilities 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: II. III. 0 Thirty (30) days advance written cancellation shall be given: or notice of material change 0 The City of policies. on all Denton shall be an additional insured named I. 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: a 0 Workmen's Compensation - St4tutory Employer's Liability" Statutory 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: 0 A combined single limit of /;500,000 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-l 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 liabilìty 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: 0 A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall prov ide coverage for the Owner and its employees, in the name of the Ci ty of Denton, for liabili ty that may be imposed ar ising 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: 0 A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards dur ing 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~enewal, 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 Contractor shall not begin any work until the Owner has reviewed and approved the insura~e certificates and so notified the contractor directly in 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 C I TV OF DENTON .... ancI Address of AgeN:;y WHITE & CONSELHAN,INC. 3211 Irving Blvd.111l8 D~ll~s Tx 75247 Phone (214) 638-0471 .... 8IId AdcIr8ss of Insured : BITTERCREEK CONSTRUCTION, INC. P.O.Box 247 Coppe11 , Tx 75019 Phone 471-1650 City of Denton Referenc:e: BID 119783 Project N_: EVERS PAP.K & HERCULES SIDE¡,ALKS Project No: Purchase Order #80668 Project Location: Evers Park & Hercules Managi ng Dept: Lloyd V. Harrell, City Hanager CcnIpenles Affording eo.......: A B }fTSSTON AHERICN¡ INSURANCE CO. CHILTON INSURANCE CO. C This Is to oertlfy 1'tI8t policies of Insur-- Ils'l8d below he.. been Issued 8IId e... In force .t fflls tl_. CcnIpeny latter T Poll Expiration N"""r Date Limits of Ll8b11 Ity I n Thousencls 000 of I nsur8ft08 A ~sl.. Qeneral Liability .¡c Occurrence - Claims M8d8 <see '2-re.....88) li030HATO02- OS-23A Occurrence i030HATO02- Bodily Injury/Person $ 05-23A 11--1-87 Bodi Iy Injury/Accident $ -- Property D8118g8 $ Bodily Injury/Property 500, D8118g8 Comb I ned $ lic 1221 2-5-,87 St!tf~~oAmount 88C ace, Broad Forni to Inclucl8: .;¡c p....lses/Operatlons ~ I nd8pendent Contractors .;¡c ProcIucts/~let8d Operations -.cPersonal Injury -.c Contractual Llebi I Ity (see 'I-re.erse) -",Explosion and eollapse Hazard "" Underground Hazard - Liquor Llebi I Ity eo..r.. - Fire Lagal Liebl I ity (see '}-re..rse) "" Broad Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see '2-.e....se) A ~_sl.. _lie Liebl Iity -XOwned/laased Autcmoblles 1{Non.-ned AutOlllObi les l{HI red Autcmobi les 11-1-87 Bodily Injury Property Damage $ $ B l' 1Iork8rs' Cœopensat I an and Employers' LI8b1 Iity Bodl Iy Injury and Property Damage Comb I nee! $ 500, Ottwr I nsur-- Descrlptlan of Operatlons/Locatlans/Vehlcles. The City of Denton is an additional insured as its interest NY ~r as defined on the re.erse side. .... and address of Certificate HoId8r. CITY Œ' IEm]¡, 'IEXAS RIIOIASItK; AŒNI' WI-B 'IEXAS Sf IEm]¡ , TX 16æ1 CI-3 September 17, 1987 ~ENTATIVE . !Ð". H\IlHE CF <INJITn:H> Œ DŒ C£-4 JœDOE). CONDITIONS AlDmaw. llBJŒD: 'lœ City of Dmtcn, its elected ax! ~ affic:ials, c:ff:i.œI"s ax!~. ('Ibis cDes mt a¡:ply to a:rlœr's Cœpn;atïm.) N:JIT.Œ Œ' CAIOliATIŒ: Priœ to æy mater'.ial ~ er cax:ellatial, tœ City of Dmtcn will be given 3J days aMn:e written mtiœ IŒIiled to tœ stated aŒIress of tœ Certificate Iblder, City of Dmtcn. 1. CXNl1Il!ClURAL roIæAŒ: (Lià:Iility æ:uœd by antræt er éßI'IBIEIIt, ax! w:1Jld rx>t ottErwise eKisI;). 'lœ cmtm::tual liàJility ~ shKI CD tœ reve!'Se side of this Certificate af InsIrmœ IDler Clupd:>==lve Geœral Lià:Iility, DUSt :i.rcluje a de:f'1nitim af ~ broa:1 ~ to ¡rawide ~ fer mli~HI"'I'JS æ:uœd by tœ u.ut..octxr in tœ referenœd antract. 'Ibis Certificate of InsIrmœ is ¡ro¡iŒd as reqJired by tœ ~ antræt. 2 . aAJM)!WE RLICY F'CIM: RBpired pericxi of ~ will be œtermiœd by tœ foJ.J.cwllß fam.ùa: CaltinnJs ~ fer tœ life af tœ antract, plœ CD! yœr (to ¡rawide ~ fer tœ wammty pericxi), ax! a eKtaJJed discxJvefy pericxi fer a miniDun of 5 years which shall begin at tœ end of tœ wamnty pericxi. 3. FlRE ŒDIL LIJIBILTIY: (RBpired in all antracts tmt inIIolve tœ~, o:nrt;ru;tim er alteratial af Cit;y-cwEd er leæed facilities). InsIrmœ is to rover buil.diq;s, antents (wIEre Wl irmlp) ax! penIDJ31tly installed ecpipœnt witD respect to [1'qe"ty ~ to stru:bJres er ¡xrtiaIs af stru:bJres if SIrl1 ~ is c:aEed by tœ peril af fire ax! ciJe to tœ qJeI"atiaE af tœ antra:tcr. Umit af liàJility is to be a miniDun af $500, (xx). CI-4 ,..-.-' BID #~ PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of C.I.P. SIDEWALKS PROJECT - 1987 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 therein and according to the requirements of the City as therein set forth. It is under stood tha t the following quanti ties of wor k 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. I t is f.urther agreed that lump sum prices may be increased to cover a~ditional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. P - 1 It is understood and agreed that the work is to be completed in the number of days shown on the bid tabulation sheets. 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 is case of the acceptance of the proposal, the bidder shall fail to 'execute a contract and file a performance bond, a payment bond, and a insurance certificate within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P-2 ,H8! C..I.P. Sidewalk Project BID A ' WORK DAYS BID NO. ,PO NO. 10 9783 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL contractor's Warranties $ jC'D 1.21 and UnderstandinGs LS /LS í C¡;: ;:-(; Remove Concrete curb >t,':::-,..,c 3-B and Gutter 20 LF ILF / /) C' cz', 3-C Remove Drivewavs 2 SY $ JðO /SY :;2 (\(0, c.c. preparation of >t ?<CO 3-1 Riqht-of-wav LS /LS g-oo, cr' Barricades, Warning - $300 8.1 Detour SiGns LS /LS 2> (';(':", CT 8.3A concrete Sidewalks 275 SY !t /,3, ~-c' ISY 37/2S-CI SP-2 Saw cut 40 LF $ 1!,5'C; /LF ; to Q C.T SP-16 Handicac Ramcs 3 EA >t?b /EA 2. 2 S- ('-z:, TOTAL ~~7,ÇC Addendums Received , P - 3 '1ß-8ì c.'. ',P. Sidewalk project ALTERNATE BID A BID TABULATION SHEET WORK DAYS BID NO. PO NO. 10 9783 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL contractor's Warranties 1.21 and Understandin s LS Remove Concrete Curb 3-B and Gutter 18 LF 3-C Remove Drivewa s 2 SY /0, C",..: preparation of 3-1 Ri ht-of-wa LS Barricades, Warning - 8.1 Detour Si ns LS 3<'0. (-:Ti 8.3A concrete Sidewalks 267 SY SP-2 Saw cut 30 LF SP-16 Handica Ram s 2 EA TOTAL ~:.:J(: L s-c...: Addendums Received I I P - 4 1':-87' C.'I .p,.Sidewalk project 'BID B WORK DAYS BID NO. PO NO. 10 9783 BID TABULATION SHEET ITEM DESCRIPTION UANTITY UNIT UNIT PRICE TOTAL contractor's Warranties 1.21 and Understandin s LS ILS 'C,G', ('.-c' Remove concrete Curb 3-B and Gutter 10 LF S ILF SO. ('-(' preparation of 3-1 Ri ht-of-wa LS :':)(X'. (:>D Barricades, warning - 8.1 Detour Si s LS 3""", ,= 8.3A-I 4" Concrete Sidewalk 250 SY 8.3A-2 6" concrete Sidewalk 30 SY .c)l' SP-2 Saw cut 5 LF Adjust Existing Water SP-15 Valve I EA lEA :;~..o, c-c Sp-16 Handica Ram I EA lEA '7~.. ct.:, TOTAL :::'-3 S7 C5L' Addendums Received p - 5 'l:1S'7 CO! ,.P. 'Sidewalk project BID C BID TABULATION SHEET -WORK DAYS 10 BID NO. ~¡¡13 PO NO. -- ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE 'TOTAL contractor's warranties 1.21 and Understandin s LS Remove Concrete Curb 3-B and Gutter 25 'LF _S': <'~' preparation of 3-1 Ri ht-of-wa 'LS Barricades, Warning - S.l Detour Si ns LS S.3A concrete Sidewalks 150 SY SP-2 saw cut 25 LF SP-16 Handica Ram I EA 7£a 'Total 3('57 ~L' Addendums Received P - 6 'I~Sï C:I;P. Sidewalk project BID D BID TABULATION SHEET ITEM DESCRIPTION UANTITY UNIT contractor's warranties 1.21 and understandin s .LS Remove Concrete Curb 3-B and Gutter 2l6 LF preparation of 3-1 Ri ht-of-wa LS 5.7.8 AS halt patch 5 TONS 7.45 Class A Concrete S Cy Barricades, Warning - S.l Detour Si ns LS S.3A concrete Sidewalks 620 Sy Sp-2 saw cut 264 LF Sp-16 Handica Ram 12 EA Addendums Received P - 7 WORK DAYS BID NO. PO NO. UNIT PRICE Total 10 9783 TOTAL '[.;,'»0. ('<.' J:>cc), éê 32.)--:n /4 () (), c?,' ,-"'°, ,,'1::' , '2-°, cfZ' IS'¡'¡'I$ ¿::-z' lJ8? C~I<P. Sidewalk project BID E BID A ALT. BID A BID B BID C BID D BID E BID TABULATION SHEET DESCRIPTION Windsor Dr. from Locust St. west to station 0+00 Same as bid A -- different location EyerS Parkwa sidewalk Windsor Dr. from 0+00 to Evers parkwa Hercules street Sidewalk Alt. A, B, C, D or Bid A B C D NO ualifications will be allowed on this r I P - 8 ro"ect. WORK DAYS BID 'NO. PO NO. 50 Q7R'I WORK DAYS TOTAL 10 10 10 10 10 40 :s I I I I ~1.~UL2z. 83 BID SUMMARY TOTAL BID PRICE IN WORDS <le~,J.-4-Z:; ¿'.<,h ,Uo<,~ß ~.-. '7{L"-<{'-~r-/ '7t.,..,.";; ,~/{::.( ~-<-. i-- /.:"'?, ('7,----- , 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 unti.l 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. WI ('" ;)-1."- CONTRACTOR ,/ BY ¡( /./' / /Ío. ' '- / ' rr" p. . 02(1) ('" "/ fo çç f Street Address /1, /l ~, ;/<' '7' I ú/ 't'i:. .rl ,~~, Xc/"l City' and Statè Seal & 'Authorization ' (If a Corporation) B';' 7 -~ '/() - i 5{ ~- Telephone P - 9 fi7-/LJ7 CONTRACT AGREEMENT STATE OF TEXAS ) ( COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this ~ day of SEPTEMBER A,D., 19.JU" by and betWeen THE CITY OF [)ENTON. TEXAS of the County of DENTON and S ta te of Texas, acting through LLOYD V. HARRELL. CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and TRI PRO SFRVlCES, INC P.O. BOX 271 KAUFMAN, TEXAS 75742 of the City of KAIIFMAN , County of KAUFMAN and state of TFXAS 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: BIO/I 9785 REMOVAL &:. DISPOSAL OF ASBESTOS INSULATION , Party of the Second Part, hereinafter PURCHASE ORDER/I 80734 - $120.775.00 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-l 0044b ,;ri tten explanatory matter thereof, and the Specifications prepared by THE CITY OF DENTON. TEXAS STAFF therefore, as , 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 ,¡ritten 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: \....-- (SEAL) ATTEST: ~~ \,\,~o J<~ ,?~ ~~ ~ ~ CLC' ~tQ ~ TRI-PRO SERVICES, INC. Party of the Second Part, CONTRACTOR By I-IOVtLZ G~ -LdP-vJ"t Title ( SEAL) ~ Cit~ Attorney CA-2 0O44b PUf.¡CHASiNG DÈPARTMENT Cltv 01 Dee.ton 901-6 Texas St. Demon, Texas 76201 ADDENDUM 112 &:. 113 BID INVITATION CITY OF DENTON, TEXAS Date September 8, 1987 II 9785 BID NUMBER Tri-Pro Service, Inc. Stephen Clark P.O. Box 271 Kaufman, TX 75142 BID TITLE REMOV AL &:. DISPOSAL OF ASBESTOS Sealed bid proposals will be received until 2:00 p.m, SEPTEMBER 14. 1987 , at the office of the Purchasing Agent. 901-6 Texas St.. Denton. Texas 76201 ADDENDUM 112 and 113 For additional information contact JOHN-J. MARSHALL, C.P.M. PURCHASING AGENT TOM D. SHAW, C,P.M. 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. 6ids 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 Oepartment. City of Denton, 901-6 Texas St.. Denton, TX 76201, 3. Any submi\led 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 af the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid uniess this right is denied by the bidder, 6. In case of delault atter 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 submi\led bids remain In force for a sixty (60) day period atter opening or until award is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according to the requirements 01 the City of Denton throughout the contract period. The Items are to be priced each net. (Packaging or shipping quantities will be considered.) 9. 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or quastlons pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any a\lempt to negotiate or give information on the contents of this bid with the City of Denton ar 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 20.04-6) BID PROPOSALS Page BID NUMBER. 9784 ITEM 1. 2. 3. City at Denton, Taxaa Purchealng Department 901.8 Taxaa Sl Danton, Tax.. 78201 DESCRIPTION QUAN. PRICE ADDENDUM II 1 REMOVAL AND DISPOSAL OF ASBESTOS INSULATION SURROUNDING 115 TURBINE AREA AND RE-IN5ULATION OF THE SAME AREA. REMOVAL AND DISPOSAL OF ASBESTOS TOWER SIDING REMOV AL AND DISPOSAL OF ASBESTOS INSULA nON SURROUNDING n 4 TURBINE AREA AND RE INSULATION OF THE SAME AREA. --- ITEM 1 - DAYS TO REMOVE AND DISPOSE DAYS TO REINSULATE H Z-I ITEM 2 - DAYS TO REMOVE AND REINSULATE *..<- ITEM 3 - DAYS TO REMOVE AND DISPOSE DAYS TO REINSULATE .. CANELDAR DAYS /¿J <:.1 NOTE: Re-insulation of piping can take place after sufficient approved clearance of asbestos has been completed. The turbin and stop valye re-insulation cannot take place until the oyerhaul is complete. Time for oyer- haul is estimated to be 45 calendar days. .{<-f< D()tJt: i)uI21";~ /1ë~ I TOTALS 2 of 4 AMOUNT 5(~ (/O( C¡7S çc/¡ 'ICC 077', days from receipt ot order. Terms neU30 We quote the eboVe I.o.b, delIvered to D !nton, Tex.... Shipment can be mode In unless otherwise Indicated. In submitting the above bid, the vendor agr..s that acceptance of any or all bid Items by the City of Denton, Texas within a reasonable period of lime consmues a contract. The completed Bid Proposal must be properly priced, signed and returned. p 0 f':,ox Z-7/ MOIling Ad..... K"V\-t/h-o'~ 7,( City s,.'o -r;?,-(,¡.o S:ctviCfS'/tlC, ..00.. J.(7""'" .(.<? W, (--"-'......J ..gn.",o" ß.).,.ïJ,~-t 7r;iAZ- ZIp Z / .'1 - C1 :,2),:-- -if ~S I ro',,- TIt.. EID NUMBER 9785 BID PROPOSALS Page 2 of 3 ADDENDUM II 2 UNIT 114 AND 115 I. REUSABLE BLANKETS FOR TURBINE AND STOP VALVE (A) The following insulation materials are acceptable: (1) High density (iill/ft3) 1200°F (649°C) fiberglass (2) Six pound density 1600°F (875°C) ceramic fiber (B) Interior Liners (1) Silicone impregnated íiberglass cloth (2) 3 mil (.O76mm) 304 stainless steel (C) Wear resistant knitted mesh will totally enscapsulate the insulation system (1) 304 stainless steel (2) IN conel (D) All reusable insulation blankets will be labeled with a stainless steel tag with raised letters. II. BIDDER WILL FURNISH PORTABLE BATHROOMS FOR HIS CREW '! i ':' ( , Acknowedged , , Date We quote the above t.o.b. Denton, Texas. Shipment can be made in_days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance ot any or all bid items by the City ot Denton, Texas within a reasonable period of time constitutes a contract. ('ct' " -, ! ,. , , ~- ':' .. ",' , ,,',' MaIH'" Add"" Bidda' Clly Stata --,,::; !,~ -, ~p ~i"'a"'. .-~ , ) 'j"~C,.!'..,C;! r.I"'O08 TIlta , , c '-, ,> ' .' 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 [)ENTON 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 sealed this instrument this l'1th day of September ~ Tri-pro Services, Inc. Eagle Insurance Surety have signed and , 19..£. Company Principal Surety By k C~~ LcL;;f ~\y~~, ~ Title Title Attorney-in-fact Address P.O. Box 271 Kaufman, Texas 75142 Address 14607 San Pedro San Antonio, Texas 78232 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: William H. Moore - First Texas Underwriters P.O. Box 692005-333 Houston, Texas 77269 NOTE: Date of Bond must not be prior to date of Contract. PAB-3327 PB-2 009lb EAGLE INSURANCE COMPANY 14607 San Pedro San Antonio, Texas 78232 To be attached to Bond No.PB-7070 p 0 'W" E R 0 F A T T 0 R N E y KNOW ALL MEN BY THESE PRESENTS: That the Eagle Insurance Company, a company domiciled in Texas, having its principal office in San Antonio, Texas pursuant to the following resolution, adopted by the Board of Directors of the said Company on April27,1987 to wit: "The Chairman, Managing Director or Secretary shall have authority, severally, to make, execute and deliver a power of attorney constituting as Attorney-in-fact such persons, firms or corporations as such officers may select from time to time," Therefore, the undersigned hereby make, constitute and appoint William H. Moore its true and lawful Attorney-in-fact, with full power and authori..".JI hereby conferred in its name, place and stead, to sign, execu5e', acknowledge and deliver in its behalf, and as its act and deed as follows: Limited on behalf of the Company to the sum of US$5DO,OOO.00 in its business and in accordasnce with its charter, to bind Eagle Insurance Company thereby, and all of the act of said Attorney-in-fact, pursuant to these presents are hereby ratified and confirmed. In Witness Whereof, Eagle Insurance Company has caused these presents to be signed by its Chairman, Director or Secretary and its Corporate Seal to be hereto affixed. EAGLE INSURANCE COMPANY CERTIFICATE I, the undersigned, Secretary/Director of EAGLE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and, furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, is now in force. Signed and sealed at San Antonio, Texas this the 29th day of September 19 87 -- () 1l~~ s~~arY/Director THIS IS CERTIFICATE NO: PAB-3327 FOR POWER OF ATTORNEY. C E R T 1 FIe ATE 0 F 1 N 5 U RAN C E DATE: 10/01/87 I PRIJIJlŒR I THIS ŒRTIFICJlTE IS ISSlÆD AS A MTTER IF Itf'DIMITI<I< !H.Y ..., CONFERS I I I NO RIGIT """ TIE ŒRTlFlCJlTE IRDER. THIS ŒRTlFICJlTE DŒS I()I "'END, I 1 TEl 1"""0"" A"",y, I",. I EXTEND DR "-TER TIE ""ERAGE IFFDRDED DY TIE PlLlms llalll I I 6116 N. C",¡"I E'P"Y 1100 I I 1 Doll.., 11 75206 I ~IES AFFDRDI"'; CD'ÆROO1: I I I ---- I 1 <2111J7J-BnO I!:IJ'I'ONY A ....RIOJR£ INSURIV{;[ aJmf( I I !LETTER I I MlKEPIXX. 1-- I I I aJmf( . NIDUGAN "'I"" INOJRIV{;[ """'" I I 'NSUR£D I LETTER I I I -I I ]R!-PRO SERVICES, III:. I - C IIBERIY IIJTlß. INSURIV{;[ - I I 23I1LEOOI1..SI. I lETTER , I D!W>S, 11. 75201 1- I I I!:IJ'I'ONY D I I I LETTER I I ~- I I IC<>U'ANY E I I I LETTER I 1== COVERAGES =='-="===="~~====~=~----- ----=------- -~====I I IHIS IS !D ŒRTlFY TlIIT p,u,," IF 'NSURA/Œ IISlED llalll 11M BEEN IS""D TO TIE 'NSUR£D _D AOO'Æ FOR TIE PlLICY PERIOD I I INDICA'ED. I()'UITHSIANDI"'; ANY R£1,",R9IENT, IERN OR C<I<"'TI<I< IF ANY mnROCT OR OIlER DOO.tIENT UITH RESPECT TO "urn ¡¡¡IS I I ŒRTlFlCJlTE ,." BE ISSlI'D OR ,." PERIAIN, lIE INSURIV{;[ IFFORDED BY TIE PlLICIES D£S;RUIEO IEREIN IS 9JBJECI TO OJ. TIE IERItS, I IEXDUS'<J<S,ANDaJIDITIDNSIFSlOIPlLICIES.--- ---'-------,--- ,-, I-- I I ICO I I I PlLICY 1 PlLICY I LIABILITY LIMITS IN 1000'S I IlIHi IYPE IF INSURIV{;[:' I PlLICY ""BER IEfFECTI\£ DATEIEXPI"'TI<I< DATE! 'EACH OCQJRR.I AOOR£GATE , I-I I 'I' I 1-1-1-1 11GEJ£"'-liABIIITY I I I IIIOOILYI I I I A I UJ C/JII'RÐENS'\£ FORM 1 26-D-GEIT'" I 01/03/87 I OI/O3/BB IINJURY" " I I I UJ PREMISES/IJPE"'TlONS I I I 1--1-1-1 I I UJ lMJE""'" "Pl.OSI<l<1 I I I IP_RTV! I I II C!LLJ>PSEHAIARD 'I I I IrmŒ" " I I IUJPRODOCTS/iD'P.IJPE"'TI<J<S I 1 I 1-1-1-1 I IUJ¡n,IROCI.... ,. I I I I8IIPOI I , I I m INDEPEHDENT ¡n,IROCTORS I 'I """"1£0"1,000 "1,000 I I 1m RROODFORMP_RTYrmŒ I I I I I-I I I UJ PERStm. INJURY :' 1 I I I I I I1II ! I I I I PERSaI"-INJURY " I I-I----~I I I I I-I I l"'IIKJBILElIABIIITY " I I I 1B!lDINJ.1 I I I A I ' I 26-D-GE16S\ I 01103/87 I 01/O3/BB IlPE_II' I I I 1 [I ANY "'10 I I I 1--1-1 I I ImAllIIMDIIJTOSIPRTV,PASSII I I I8IJDINJ,1 I I I I m "-L """D IIJTOSIO'IER THV<I I I 1 IACCIDENT" I I I I IPRIV. ""'" I I I 1-1-1 I IIUJHIR£D"'TOS'I I I IP_RTV! I I I I m ""-I>O£D IIJTOS I I I IrmŒ " I I I I I] GARAGEIIAB!l1TY I I I 1--1-1 I I I [ I I I I 181 , PO I I I I I I I I 1_11£0"500 1 I I--I------~I I--I-~I-I-I-I I . I EXCESS LIABILITY I SR29+TEI653 I 3/0llBI I 3/01/BB I I I I I ImltlJ RElLAFORN I I I I8IIPOI I I I 1[IDIIERI""'lI<BREllJl I I I ICtJ<DII£O"3,OOO "3,000 I I-I ' I I-I' 1,-- I I I I I I SIATUTDRY 1 I C I 1iJ00RS' CO1'ENSATI<I< I 1I:2-32<j-0"'BB-02S I 12/22/81 I '2/22/BB I I , I AND I I I ' I "100 lEACH ACClDENTIi I I E>I'lOYERS' LIABILITY I I I I 11500 <DISEßSE-PlLICYII I I I I I I moo <DISEßSE-£A Ell'1I I-I I I-I I I I I OIlER I I I I I I I I I I I I I I , I I I 1 1---- I I DESCRlPTI<I< IF IJPE"'TlIJ<SIlOCATI<J<S/VEHID..ES/SPECI"- ITEMS I 1== CERTIFII:<HE IIlJJER .=.=~==- ----=== mŒllJlTl<l< ~...====-- --~~==I I ' I SHlLD ANY IF TIE AOO'Æ DESCRIBED PlLICIES BE rm:aLE1) BEFORE TIE EX- I I CITY IF DEIIIOO I PI"'TI<I< OllIE TIEREIF, TIE I""IM; ŒX1'mi Will END£AI'DR TO MAIL I I ATTN: J[Jf J mRSHU I 10 OIIYS WRmEN I()HCE TO lIE ŒRTlFlCJlTE IO.DER NMD TO TIE I I 9O'-D TEXAS SIREEI I lEFT, rm FAILURE TO mil SUCH NOTICE SlRL III'OSE I() OBlI""'<I< OR I I DEllTlON, IX 76201 I LIABILITY IF ANY KIND "'" TIE CIJ<PANY, ITS _TS DR REPR£,",TATI"S. I ¡ ¡-~~~~~ ¡ I I \~'\-\~ I "- tFi <:;-, C;) t:,~' c.) c-, fti [f¡' <..J f!!