Loading...
1987-0980923L AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City 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 b~d invitation, bid proposals and plans and specifications therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENrON HEREBY ORDAINS SECTION I That the following competitive bids lor 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 9?45 Bill Hazelwood, Inc $154,846 36 Part III Only SECTION II That the acceptance and approval of the above competitive b~ds 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 ~n 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 ~n accordance with the bids 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 speczfylng the terms, condztlons, 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 ~n such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective ~mmedlately upon ~ts passage and approval PASSED AND APPROVED this the 2nd day of June, 1987 ATTEST JENN~ER w~[LTE~RS~CITY SECRETARY CITY~ D~N~rON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADA_MI DRAYOVIrCH, CITY ATTORNEY CITY OF DENTON, TEXAS PAGE TWO DATE June 2, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 97~ - PA~T III T I SANITARY ~ RECO[~IE~DATIO~ We reco~end thie bid be awarded to the low bidder Bill Hazelwood, Inc of Sherman, Texas at the low bid price of $13~,846 36 This is a part of the bid issued and received for the com- pletion of water and sewer projects for and in conjunction with Texas Instruments This section or part III is for the sewer line installation by the City of Denton The low bidder is also the low bidder on Part II Sewer Line to be built by Texas Inetrumente and participated in by the City of Denton BACKGROUNO Tabulation Sheet Public Utility Board Minutes PROGRRMS~ DEPARTMEJqTS OR GROUPS AFFECTED This project would need to be completed in order to be able for the tie in of sewer line to be completed by Texas Instruments FISCAL II,ACT Utility Dep~rtment There is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by ~ttle ~rchasing ~ent Approved ~ ' ~t ' ~am~ '~ J ~rshall, TI ~1~~ ~rchasing Agent rATE May 2~987 PUBLIC UTILITIES BOARD AGENDA ITEM ~-- 6 TO CHAIR~A~ AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM' R E Nelson, Executive Director of Utilities SUBJECT CONSIDER BID OPENING, BID #974S, FOR TEXAS INSTRUMENTS, INC , PART III, SANITARY SEWER LINE RECOI~4ENDATION The Staff recommends approval of Bid #9745, Texas Instruments, Part III, Sanitary Sewer, ~n the amount of $154,846 36 SUI~iMARY Bids were opened April 25, 1987, and the results are shown in Exhibit I The entire Texas Instruments project was bid as one proposal, although the bid proposal broke the contract into three parts for bidding purposes The Staff ~s recommending the lowest cost for Part III, Sewer, in the amount of $134,846 36, from Bill Hazelwood, Inc The Part I, Water Oversize, and Part II, Sewer Oversize, portions of the contract are covered for bid acceptance under a separate item BACKGROUND. This 189 S acre development is located north o£ US 77 and south of proposed Loop 288 between Rlney Road and Bonnie Brae The Part I and Part II portions of the contract are oversized w~th the City of Denton The Part III, Sewer, portion of the contract is to be totally constructed by the Clt¥ of Denton This 2448 LF of 24" sewer line is from Greenbr~ar Street to Crescent Street It has been scheduled in the FY 1988 Capital Improvement Plan at an estimated cost of $225,000 The 24" sewer 11ne capacity is necessary to accommodate the large sewage basin requirement of the area PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED The City of Denton, Denton Municipal Utilities, Citizens, present/future developers, Purchasing Department 4896U 7 FISCA~ IHFACT Z448 LF o£ 24" sewer line @ SSS 08 /LF $154,846 36 Source of Funds Sewer Bonds 624-008-0471-9158 Respectfully. submztted R E Nelson, Exec Director Department of Utilities Prepared by Scott Lebsack Engineering Technician Approved by C David Ham, Director ~ater/Wastewater Divisions EXHIBITS I Bid Summary II Location Map 4896U 8 BZD SU~RY Dif~erence Total (City Portion) T I Portion sill Hazelwood, Part I Water $126,514 75 $ 46,032 45 $ 80,482 30 Part I1 Sewer 254,491 35 58,545 11 195,946 24 Part II Drainage 27,966 40 0 27,966 40 Sub-Total $408,972 50 ~ $104~577 56 ~ $304,394 94 Part III Sewer 134~846 36 .--'~'1 134r846 36 I 0 Total $543,818 8~ ( , - $239,423 92 $304,394 94 Jay-Mar Part i Water $125,702 00 $ 44,227 00 $ 81,475 O0 Part II Sewer 280,956 50 66,227 50 214,004 O0 Part II Drainage 37,002 00 0 37,002 O0 Sub-Total $443,680 50 $111,179 50 $332,481 O0 Part III Sewer 145,613 50 145,613 50 0 Total $589,274 00 $256,793 00 $332,481 00 Dickerson Part 1 Water $132,316 00 $ 35,720 00 $ 96,596 00 Part II Sewer 313,305 50 59,795 00 253,510 50 Part III Drainage 27,751 50 0 27,751 50 Sub-Total $473,373 00 $ 95,515 00 $377,858 00 Part III Sewer 152,068 75 152,068 75 0 Total $625,441 75 $247,583 75 $377,858 00 Atklns Brother~ Part I Water $143,731 00 $ 55 923 50 S 87,807 50 Part II Se~er 334,060 00 72,655 00 261,405 00 Part II Drainage 65,306 59 0 65,306 50 Sub-Total $543,097 50 $128,578 50 $414,519 00 Part III Sewer 204,018 O0 204,018 O0 0 Total $747,115 50 $332,596 50 $414,519 00 E L Dalton Part I Water $172,545 25 $ 43,531 O0 $129,014 25 Part II Sewer 452,208 85 103,915 05 348,293 80 Part II Drainage 50¢524 60 0 50,524 60 Sub-Total $675,278 70 $147,446 05 $527,832 65 Part III Sewer 291~667 8~ 291,667 80 0 Total $966,948 50 $439,113 85 $527,832 65 Calvert Pavin~* Part i Water $155,620 O0 $ 57,100 00 $ 98,520 oo Part II Sewer 314,966 00 38,365 oo 276,601 O0 Part II Drainage 38~108 O0 0 38,108 O0 Sub-Total $508,694 O0 $ 95,465 00 $413,229 00 Part III Sewer 146,512 O0 146,512 00 0 Total $655,206 00 $241,977 O0 $413,229 00 * Rock Clause Added SL~vw 1SL050787019 Exhibit ~Î-O'18 CONTRACT AGREE~ŒNT STATE OF TEXAS )( DENTON )( COUNTY OF THIS AGREEMENT, made and entered into this ~ day of ~ A.D., 19 R, by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through -Lloyd V thereunto duly authorized so to do, Harrell, City Manager Party of the First Part, hereinafter termed the O.mER, and BILL HAZEL WOOD, INC. P.O. BOX 274 SHERMAN, TEXAS of the Ci ty of SHERMAN and state of TEXAS termed CONTRACTOR. (214)892-4019 , County of GRA YSON , 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 (OllliER) to commence and complete the construction of certain improvements described as follows: BIDI! 9745 - T.!. SANITARY SEWER PART III PURCHASE ORDER II - 78904 in the amou.n1...Qf $ I 34.846.36 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 ;r1tten explanatory matter thereof, and the Specifications therefore, as prepared by METROPI EX ENGINFFRING BY GREG EOWAROS EOR TJ..~_- THE CITY OF DENTON. TEXAS , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ~~¥~ú~ Y SECRETARY CITY OF DENTON, TEXAS p~e~rt, OWN B j ~ LLOYD V. HARRELL CITY MANAGER (SEAL) ATTEST: 'l' 7Jy~/ By ( SEAL) CA-2 0044b B.ond,ls.sued in Five Duplicate Originals. Bond IILB 19206 PERFORNANCE BOND STATE OF TEXAS ) ( COUNTY OF Coll in )( KNOW ALL MEN BY THESE PRESENTS: That Bill Hazelwood, Inc., P.O. Box 274, County of Grayson of the City of Sherman , and State of Texas Chilton Insurance Company and Fairmont Insurance Company , as SURETY, authorized under the laws of as PRINCIPAL, and the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the Citv of-Denton. Texas as OwNER, in the penal sum of One hundred thirty four thousand. ei~ht hundred fort v six dollars & no/' DOn-Dollars ($ 134.846.00 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 5th day of June , 19~, for the construction of BIDI! 9745 - PART III T.!. SANITARY SEWER INSTALLATION 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-l 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 Opntnn County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this ~ day of June , 19-1Q. Bill Hazelwood, -Inc. Principal Chi ]ton Insurance Company and Fairmont'-' Surety Insurance Company By ßÆ 1¿~ Title #¡:;-<;: Address P.O. Box 274 Sherman, Texas Address 101 E. Park Blvd.. Ste. 1021 75090 Plano, Texas 75074 ( SEAL) (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damiano, Jr., Agent's Bond Connection Agency, Inc. 101 E. Park Blvd., Suite 1021, Plana, Texas 75074 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b Bond Issued in Five Duplicate Originals Bond IILB 19206 PAY1IENT BOND STATE OF TEXAS )( Collin )( COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That Bill Hazelwood, Inc., P.O. Box 274 of the City' of Sherman County cf Grayson , and State of Texas Insurance Company and Fairmont Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for , as principal, and Chilton principals, are held and firmly nound unto THE CITY OF DENTON. TEXAS , OWNER, in the penal sum of _9ne hundred thirty-four thousand eight hundred fort v-six dollars & no/100-__hU_nn- Dollars ($)34,846,00 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 IITitten contract , 19 87 with the Owner, dated the ~ day of June BIDI!9745 - T.I. SANITARY SEWER PART III - $134,846.36 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 en 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 obl1ga tion on this bond, and i t does here by waive notice of any such change, extension of time, alteration or additioI'. to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 8th day of June , 19 87 Bill Hazelwood, Inc. Principal Chilton Insurance Company and Fairmont Surety Insurance Company By {);jj7 ~/L~ Utle ¡¡;<; , Address P.O. Box 274 Sherman, Texas Address 101 E. Park Blvd., Ste. 1021 75090 -- Plano, Texas 75074 ( SEAL) (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damiano. Jr., Aqent's Bond Connection Agency, Inc. 101 E. Park Blvd., Suite 1021, Plano, Texàs 75074 PB-4 0092b ,~ond Jssued in Five Duplicate Originals Bond IlL B 19206 HAINTENANCE BOND STATE OF TEXAS ) ( COUNTY OF Collin ) ( KNOW ALL MEN BY THESE PRESENTS: THAT Bill Hazelwood, Inc., Sherman, Texas as Principal, and Chilton Insurance Company and Falrmont Insurance Company a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of Thirteen thousand four hundred ei~ht-four dollars Dollars ($ I ',4R4 nn ), 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 obligaticn is conditioned, however, that: WHEREAS, said Bi 11 Hazelwood, I nc. has this day entered into a written contract with the said City of Denton to build and construct BIDI! 9745 T I SANITARY SFWFR PART III for ')1'!4 R4f. nn which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City anð 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: .mEREAS, 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 ccnstructing 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 hondo ~1E-l 0093b NOW, THEREFORE, if the said Contractor shall perfor!:' 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 l'liEREOF the said Bill Hazelwood, Inc., P.o. Box 274, Sherman, Texas 75090 as Contractor and Principal, has caused these presents to be executed by Agent's Bond Connection Agency, I nc. and the said Chilton Insurance Company and Fairmont 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 8th day of June , 1987 PRINCIPAL: Bill Hazelwood, Inc. d§~ý~ ~-L~) .' ¡Jh, , ¡!B-2 0093b Bond IILB 19206 CHILTON INSURANCE COMPANY Dallas, Texas Issued in Five Duplicate Originals POWER OF AïfORNEV KNOW ALL MEN BY THESE PRESENTS: That CHILTON INSURANCE COMPANY, a Texas corporation, does hereby make, constitute and a~m ' ----------------------------------------------cHERYL L. IKn1PHPEY---------- ------------------------------QP PLANa, TEXAS------------------------------ as its true lawful Attorney(s),in,Fact, with full power and authorily, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances, consents of ' surety or other written obligations in the natUre theraf, as follows: Any and all bonds. undertakings, recognizances, consents of surety or other written obligations in the nature thereof. and to bind CHILTON INSURANCE COMPANY thereby, and all of the actsofsaid Attorney(sJ,in.Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following Bylaws of the Company. which Bylaws are now in full force and effect: ARTICLE V. S«tion 15, ATTORNEYS,IN,FACT AND AGENTS. The chairman of the board. the president. the vice ,president. the choel 'manc..' olhcer. or the secretary 01 the corpor...on may appoint attornevs,in,fact or agents with power and authorlly. as delined or limited in their respe"ive powers of ..,orney. (orand on behalf 01 the corporation '0 execule and dèliver. and aflix Ihe seal of the Corpora"on thereto. bonds, undertakmgs. recogmzances. con",nts o{ surety or other written obligations in the nature the real and anv of said oficers may remove any such attorney'in,fa" or agent and revoke the po,",'er and authorllY given to him or her, ARTICLE V, SOCIion 16. AUTHORITY TO BIND. Any bond. undertaking. recognizance. consent 01 surely or written obligation in the nalure thereal shall be vahd and binding upon Ihe corporal ion when signed by the chairman of the board. the presidenl. the vice president. the chief finanCIal of1icer, or the secrew)' of the corporation and duly attested and sealed. ila ",al is required. by the secre..ry or assistant "'crelary. or shall be valid and binding upon the corporation when duly executed and sealed, if a ",al is requored. by a duly authorized attomey,in,la" or agent, pursuant to "nd wilhin the lim,ts of the aulhority granted by his or her power of attorney. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CHILTON INSURANCE COMPANY at a meeting duly called and held on the 12th day of April, 1985. , RESOLYED that the signature 01 any of(;cer aulhorized br the Bylaws. and the ",al of the corporation. may be affixed by laCSlmile to any power of attorney or special power a attorney or certilicatlon of either g,ven lor the execution of any bond. undertakmg. ",cogniunces consent 01 surety or other written obligalions in the nature thereof; such signature and seal. when so used, being hereby adopted by the corporation as the anginal signature of such officer and the original ",~I of the corporation. to be valid and binding upon the corporation w,th (he same force and effeCl as though manually affoxed. IN WITNESS WHEREOF, CHILTON INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 16th day of April, 1985. CHILTON INSURANCE COMPANY By Si rM,.' ,0 U' A Bond IILB 19206 FAIHMONT INSUHANCE COMPANY Burbank. Callfomlø Issued in Five Duplicate Originals. POWER OF ATTOHNE\' "NO'" ALL ~IEN U\' TIIESE I'IIESENTS: That FAIRMONT INSURANCE COMPANY. a California Corporation. does hereby make. constitute and appoint ------------------------------------------0 IERYL L. IIUMI 'IIREY----------------- ---- ------------------- -- ----{)F PUINO , TEXAS- -- --- ---- -- ------ ----- - ---- -- ---- as ils I rue lawful Attorney(s),in,Faet. with full power and authorily. for and on behalf of Ihe Company assu",'y. toex<cule and deliver and affix the ",al of the Company Iher<lo. if a ",.1 is required, bonds. undenakings. n:eogniz.anccs, eon",n" of sun:ly or other written obli~.tions in the nalure therof. as follows: Any and all bonds. undertakings. recogniz.ances. consents of surety or other written obligations in the nature thereof. and 10 bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attomey(s),in,Fact. pursuant to these presents. are hereby ratified and confirmed.' ' This appoinlment is màde under and by authority of the following Byla-';:'s of the Company. which Bylaws are now in full force and effect: ARTIClE IY. s.,clion 13. ATTORNEYS,IN,FACT AND AGE",S. The chai,man of ,he bo"d. the p,esidenl. Ihe vice ~csident, the chocl Imanml oll,ce,. 0' Ihe seacury 01 'he co'I'".."on may 'ppoinl ,"omcn,in,fact oe 'gents ~ilh pow.. and ~ulho,ily, ., dcfmed oe ),miocd in thei, ,cs!","ive pow", of allmnn', foe and on l>ch,lf of Ihe coepo,al",n 10 ..ecute and deliv... and am. the ,ul of Ihe (o'J'O..,oonth....o. bonds. undertakmgs. ..mgn..anccs. conscn" of ,ultty 0' oth.. wrillen obligalion, in Ihe nalu.. .the..ol and any of said ofic", may ..move any ,uch attomey'u"¡,ct or agenl and ..voke Ihe pow.. 'nd aulhonty g,vcn 10 him or her. ARTIClE IV. s.,clion 14 AUTHORITY TO BIND, Any bond. unden,king. recognizance. consent of surety 0' written obligalion in Ihe natult th..eol ,haJJ be valid and binding upon the corpocalion when signed by the dYirman of Ihe board. Ihe p,..ideøt. Ihe vice p..sident, Ihe ehiel financial ofljecr. 0' the SC(T"arv of the c°'J'Oration and duly attested and s..led. if'a ..al is rcqui..d. bý the secre..ry 01 a..i..ant secretary. or shall be valid and binding upon the corporation when duly execuled and ..aled. if a s..1 is ffiJ,uired, by a duly authorized attomey,in-fact or agenl. punUAnt to and' wIth," the hm"s of the ,uthority gTlnted by hIS or her power of ..tomey, . This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu- tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly called and held on the 4rd day of October. 19B3: RESOLVED Ihat the sign..utC of any oUicer ,ulhorized by Ihe Bylaws. and Ihe ..,1 o( Ihe co'J'O,arion. may be ollixed by facsimile to any power 01 allomey or special power 0 allomey or certification of either given (or th~ execulion o( any bond. undertaking. recognizance consent of surety or oth.. wrillen obligation in the nalure thereof; such sign'ture and ..or. when so u..d. being hereby adopted by Ihe co'poration .. the origmal signalwe of such officer and the original ..al 01 the corporation. 1o be valid and binding upon Ihe corporation with Ihe same focee and effect as though m,nuaUy atriacd, IN WITNESS WHEREOF. FAIRMONT INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March of 1985 """"""-'" 0»"" ~\]RA,I,t "" ~... \~.,.........c( \. /t¡.:'!,.~91~)~'",~\ ¡ Q~' ð. -¡¡; > i :z i APFI 10 : "'0 ~ - "". . :;>. = \ ';<\ 1970 / ~! ~O".. ~ ~~ -", 4"'"""""'",, /' """"" CALIf;","'" ""w.."" FAIRMONT INSURANCE COMPANY By ({ Preside,;'- r.._._~ -- ". . . '-_/ INSURANCE CERTIFICATE This is to ce"ily that the po!;cy Ot po!;c;es listed below have been issued to !Þ" named i",med and a<e in Imce as 01 the date of this mtiflcale, This ~ Ce,,;¡icate shall cemaln In effect untif the !;sted "pltatlon date. if any. Ot untif )Ø'days altet wtitten notice Is mailed to the ce,,;¡icate hold". whlchev" date ] shall Ikst OCCUt. ~c> . '8 This mtificate is not an Insmance pn!;cy ann noes not amend. all" N oxtend covetege affNded by the po!;c;es listed. Notwithstanding any t"tulcement. '" letm Ot condition of any con"act at oth" document with ,"spect to which this ce"lflcate may be Issued at may pe"ain. the insutance affotded by the ð po!;cies listed is subject to all the letms 01 such po!;cles. 0 EfFECllYE DATE OF THIS CERtIFICATE 1 NAME AND ADDRESS OF CERTIFICATE HOLDER .~ 0 . . Ma 8 1987 ISSUED AT Sherman, Texas City of Denton Purchasing Department Attn: John Marshall 901B Texas Street Denton, Texas 76205 " ;¡; ! Texas EmPLOyeRS InSURance ASsocIaTIon Texas EmPLOyeRS InDemniTY company EmPLoyeRS caSUaLTY company NAME AND ADDRESS OF INSURED Bill Hazelwood, Inc. P.O. Box 274 Sherman. Texas 75090 EmPLoveRS NaTIonaL InSURance company EmPLoveRS caSUaLTY COI'IPOR8T10n EmPLOyeRS NaTionaL ~SURanceCORPORaTlOn EmPLOyeRS OF Texas LLOYD'S BY (SIgned) ,"pl.."on Do', (Typcd) Bob Sims Dis t. Mgr, I LlM"S Of IIABlLI" lIo'Jm 'HAN - l;~~'~~;:;~l ,;:'!;,:::::,~;~, a';""'" . "AIEAND - '0. M" "',::,~o,:::" "::."'I".",::=:~~TI"...o" lOCATOON Of omAllONS Fvlly Compl ., Will> '"",¡"m,"" 01 t"", Wool,"" Co"'p"","'i'", 'ow ~",.¡¡;-;;;;;,o;;--," -'[,----"-"Ii::i~;;;;;O;;;;--' STATE Of TEXAS ~¡IOU,Uf):.; $luU.lIl:'J :,.:-.UU.UUD , -----'vii;-Com;¡¡;; Wi,¡;-¡;;;;;¡;;,~:;~;;-- -~----- 0' "",, low ¡ Klod INSURANCE IN FORCE Poli,y Nvmb.. "'0' 1 Co,:,',op' ! ~ Ê 02693 06-04-88 , '~cp~~:ïV' A"d "".wol " 01...," . 3 w~~~~oN"",ii.:¡,--,.. "em 1 Co,:,',"r- ~. .ri ~ ¡: Co",oV' ¥ Æ Po'" " . , 2 '" ~ 0 . . " ;¡; "em 3 .odily ~"~ 'oiv,y .0, ¿ P"P"'y " u' Domo.. ".m 4 Bodily o",&' "'iv,y ;¡ æ:g P"p"'y ~ 000'0" ".mS UMBRELLA "em. REMARKS . -¡;"=o;;¡-,[-~ "ioc"," O"ly A..d R.".wol " 0'°'" ' . .. , Th"..1 S.. K"dio9_,~,~f:J!J.~UIJ.,- -,..$.1 oo.ooa. 1 ' ';~IJ.~E°.IJ.... -' , I' . :~d6,~~~=,* I If 01"""'..' ,--"m~¡~--".C;;-l,",!¡;,l.";~,~~~~.~.grl;"~,i'-.~-,~~- Th...of s.. H..d"" " " X, . -,~._----~.._..,--.._-- ",....-"'--,..'..',...,..- 605691 "500,000 C mbined AI"~i;;'bl. AodR.....wol If"","',' X-XX-Sjll¡'leÜ;;;iï:-,-'N" The..ol S.. H..d'". ' i'" .<"I'",..b'. $ $------ $~ 654778 04-01-8B -,_XX~_..l,llOO.OO A"d R....wol " 6'",,' ' Th....1 See H."""'3 ~.._--_..- -~_,,___I ; , ; I $ ----- -,"'-,-,-,.., ---,'" ..,.. U.S.A.. 'IS TERRnOR"S OR POSSESSIONS AND CANADA U.SA.. "'S TERRnO"" OR POSSESSIONS AND CANADA A"d R....wol tl>....1 ".'00' ' S.. H.odi". *Excludes Masters & MemberR of the CreWR of VesselR **Policy Includes Blanket Contractual, Products & Completed Operations TKO T7993 (4,1,84) // j' ?:.c./ 1íI?>¿~.:J-PI / ¿it i!..-. PROPOSAL Texas Instruments Addition The following Proposal is hereby made to Texas Instruments Texas Instrllmellt,ç, Illcorporated. P.O. lIox 225214, ~IS 399 Dallas, Texas 75265 In the City of Denton, Denton County, Texas 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 Contractors, 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 re'luirements of the Engineer and the City of Denton as therein set forth. It is agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work as fully as planned and contemplated and that all 'luantities 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 the lump sum prices may be increased to covel' additional work ordered by the Engineer, but not shown on the plans or required by the .Sþeeifications, in accordance with the provisions of the General Conditions, Similarly, they may be decreased to cover dcletion of work so ordered, PI It is understood and agreed that the work is to be completed in two scctions, Section One will be Part I water main facilities which arc to be completcd within 60 calendar days of the award of contract. Section Two will be Part II sanilary sewcr and drainage facilities and Part III sanitary sewer facilities which arc to be completed within 225 calendar days of the award of contract. Liquidated damages in the amount of $315.00 per working day will be assesses if the Contractor fails to complete the work for either Section I or Section II on time. Although the proposal is set up in three parts, it is the intent of the owner to awarel the entire contract as one unit, The sections arc set up to facilitate early completion of the public water system, which is needed to facilitate on site construction. The parts and alternates arc set up to define the amount of City of Denton participation in the construction of the public systems In the eyent of the award of a contract to the undersigned, the undersigncd will furnish: (1) A performance bond for the full (100%) amount of the contract to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final complction and acceptance. (2) A payment bond for the full (100%) amount of the contract to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. ,. (3) A certificate of insurance in the amount required by the City of Denton, Texas, and (4) A twelve (12) menth maintenance bond in the amount of ten percent (10%) of the contract amount prior to acceptance and final payment for construction, The Contractor also agrees to enter into the required three,way contract with the City of Denton before beginning construction. 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 Enginecr and the City of Dcnton. Thc undersigncd certifies that the bid prices contained in this proposal havc been carefully checked and are submitted as correct and final. NOTE: To facilitate a fair and equitable bidding process, we would ask that all bid items be filled out in accordance with the specifications, Any informality in the bidding process which prohibits equitable evaluation in the bid will be cause to reject that bid. Should bid prices on any items be omitted, the right is reserved to apply the lowest prices submitted by any other bidders for the omitted items in payment for work done under this proposal. P2 PART III SANITARY SEWER FACILITIES Item 12-inch sewer pipe, 6-8 feet deep 24-inch sewer pipe, 0-6 feet deep 24-inch sewer pipe, 6-8 feet deep 24-inch sewer pipe, 8-10 fect deep 24-inch sewer pipe, 10-12 feet deep 24-inch sewer pipe, 12-14 feet deep 12-inch concrete encasement 24-inch concrete encasement 24-inch aerial crossing Bore under U.S. 380 (~) ~Ó Standard manholes Extra-depth manholes Patch existing pavement TOTAL Sanltnry Sewer Facllllles Unit Price . 31 / Z- - $/LF 7S- Z.r- - $/LF -" I) ~$/LF Z'l¿,jJ $/LF c", j",,- $/LF ., , 1 r, ,:;; ::}'- $/LF I 11' ~ $/LF -,,34 ¿,(j ~ $/LF S3'¡LI"'~' $/LS 17¿/c'::'$/LS ,/é' 7,)'-:;/ea (- rl' /0 /$/LF 7 i.:. $/LF P8 Quantity 43 LF 450 LF 195 LF 445 LF 395 LF 920 LF 20 LF 450 LF Lump Sum Lump Sum 8 ca 33 LF 1640 LF Ex tcllsion - ~ ' '1 J $ J,)/ - s--u $ 1/ ,')/57 ,- -- '3j- $ ) (;? J- - , ..., l' '" $ / '- '0(, ,- , , ," $ Ii /'5"(1 ...:::. ' " $ 3-., li~' ':..:' $ ?'7ö ':~' $ Ii' /.53':;: , " $ 5-:-3 'I c - $ /7 z/!ö"!..:;:: , $ /~<.r.o "':;' $ 2;'/7<'- <;.:: $/J--J'34 ~'::: . (,'V 3(, $/3'/'c,.j(,.- ---r-- Reccipt is hereby acknowledged of the following addenda to thc contract doouments: Addendum No. I dated Recei ved Addendum No, 2 dated Recei ved Addendum No, 3 dated Recei ved Addendum No, 4 datcd Recei ved Addendum No.5 dated Recci ved The undersigned understands and agrees that the OWNER reserves thc right to reject any or all Proposals or to waivc any formality or technicality in any Proposal in the interest of the OWNER except as specifically Iimitcd by thc tcrms of the Contract Documents or applicablc laws or Governmcnlal Regulations. The Above Proposal Is Hereby Respcctfully Submittcd By: E !-\ME) II ¿. ß-ø. ~ '7¿ BUSINESS ADDRESS S'¡I'A!P1l1h CITY ~ /s1~ ß."z - ~LL TELEPHONE NUMBER /7f~ ~ ST ATE 'J.rð ftJ ZIP CODE P9