Loading...
1986-2000923L NO 91/0 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $10,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9631 J V Strange/Teasley Road Associates $ 30,814 00 9643 Dickerson Construction Company, Inc $616,985 00 9650 Albenesius Contracting, Inc $118,410 00 9651 Holbert-Wyatt Addition $ 29,836 00 9655 Don L Owen $ 35,500 00 9654 Pedus Building Services $109,176 00 SECTION II That the acceptance and approval of the bids shall not constitute a contract between person submitting the bid for construction of or improvements herein accepted and approved, shall comply with all requirements specified Bidders including the timely execution of a wr above competitive the City and the such public works until such person in the Notice to itten 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 bids and the execution of contracts fol improvements as authorized herein, thf authorizes the expenditure of funds in amount as specified in such approved contracts executed pursuant thereto SECTION V the above competitive the public works and City Council hereby the manner and in the bids and authorized That this ordnance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the _Z~ day of 1986 RAY T HENS, MAYOR CITY DENTON, TEXAS ATTEST CHARLOTTE ALLEN, CITY SECRETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY PAGE TWO DATE October 7, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 9631 LOOP 288 UTILITY CROSSMS SANITARY SEWER PARTICIPATION RECOMMENQATION WE REOJ&E D THIS PARTICIPATION BE APPROVED FCR THE LO4£ST DIFFERENCE BETWEEN THE 10" AND 18" SANITARY SEWER LINE BID BY DIGgRSCN CCNSTR1ZTICN QJ INC IN TI-{E AM.NT OF $30,814 11 THE aNTRACT WILL BE WITH J V STRANCE, TEASLEY RQ&D ASSOCIATES, TFZUXI-i BRYAN BRIE, P E SUMMARY THIS BID INCLLM SEVERAL CROSSINGS WITH WATER, SANITARY SEWER, ETC AT SOME DIMMENT LOCATICNS WE ARE ONLY CONSIDERING THIS CNE AT THE PRESENT TINE THERE WERE SEVEN BIDS, A CX7tD REPRESEVTATICN, CN THIS PROJECT THE DEVELCPER, FISCINEER AWARDED TI-E CONTRACTS AND THIS PROJECT IS NEARING, 03APLFTICN BACKGROUND TAN-I.ATICN SHEET UTILITY RF:GaAII4DATICN AM UTILITY BCARD RECC1vN-N TICN PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED CAPITAL INPROVEAMS PROJECT -UTILITIES FISCAL IMPACT 624-008-0471-9138 THERE IS NO AMITICNAL IMPACT CN THE CENEIVL FUND Respectfully submitted Lloyd V Harrell City Manager Prepared by C_Orw ?me\john'J 6 Marshall, C P M e Purchasing Agent Approved, am John J Marshall, C P M Title, Purchasing Agent A R I Y I V I I I ~l m Gf ~ I - m -+a I ~ 1 i - W I ~ I ~ I n I Y 1 I ' I ° o ~ i I _J T 'T T n1 1 I F V M1 1 Z 1 I I Q J TI u I TI I ~ 31 m I S P {J nl r Cf I I I I m f } _ I t 1 1 ~ r Tl I 1 n 1 ~ ti .y u I T 1 n m I I ~ s I n I m +i i a i ~ a I n rn 1 I T I I 1 I 47 I ~ t I n I n a cf I I m o s c I r rJ m I a I c o m r I 1 3 n x s J I I 1 r ~ I 1 - T r 1 E I I I n I a I I Y m 1 S I n~~ $ 1 b I I.J L i 3~} I ~1 T 1 1 C I I v T 1 I I I Cf Z ut ~ i m ~i n n} I o I o- m 4! a 1 -I 2 G J I 1 I 1 Cl ~ I I I I ~ J+ I I I ` i .I a m i ~ r ~ 1 e m m fJ 1 I O W ~ ~ I I x 4( 1 G I 1 I 1 I nl 1 I ) m I m l x a I 'd' 1 nl < Z ° I ~J 1 ~ sl n a I r I I I ~ -s s ~ nN.- I I I m r O I r m a ul I f n V $ I .'U I 1 r Y I I ^J I I 1 I I 1 1 1 i m i -r-J s 1 I Q I r x U _ 1 ~ 1 y $ 1 1 $ 1 1 $ I t 1 I ~ m U] #J I r 1 I I x l l] f ~ n ~ i _ n - m ~ I ~ I u n U1 I I O n) I Y DATE October 7, 1986 CITY COUNCIL AGENDA ITEM 0 TO MAYOR AND MEMBERS OF THE CITY COUNCILE~i-t FROM Lloyd Harrell, City Manager 6UBJhCT CONSIDER BID OPENING, BID #9631, GREENFIELD WOOD SCHOOL SITE, OVhRSIZE SEWER LINE, OWNER, TEASLEY ROAD ASSOCIATION RECOMMENDATION The Public Utilities Board recommends to the City Council approval of the lowest difference of $30,814 11 (18" sewer vs 10" sewer) as the City's participation SUMMARY Bids were opened June 24, 1986, and the results are as follows 18" SS Dickerson Constn LF Deletka Constn Circle C Constn Lowell B Allison C&W Utility Constn Idela Constn B4F Constn. $124,387 75 163,268 46 128,535 60 141,346 02 214,090 96 189,458 40 191,404 00 10" SS $93,572 64 124,111 50 81,233 08 89,781 90 152,630 52 124,225 04 109,919 00 City Part 18"-10" SS $30,814 11 39,156 96 47,302 52 51,564 12 61,460 44 65,233 36 81,485 00 The Public Utilities Board recommends approval of the lowest difference of $30,814 11, the bid of Dickerson Construction BACKGROUND The City Council approved on August 19, 1986, the oversize agreement from 18" to 10" sewer The devel- oper needs a 10" sewer line whereas future development in the surrounding drainage area may require an 18" sanitary sewer PROGRAMS, GROUPS OR DEPARTMENTS AFFECTED City of Denton Municipal Utilities, City of Denton, Developers and the citizens 0231n 7 Greenfield Wood School Site Oversize Sewer Line Page 2 FISCAL SUMMARY City's estimated share approved August 14, 1986, along with oversize agreement City's share based on bid opening (this request) $79,280 00 $30,814 11 Source of funds Sewer Bond Funds- 624-008-0471-9138 Note It may be noted that due to competition among contractors, the City's share is well below the approved estimate Respectfully submitted Prepared by r CD-=-e *I(- avi am Assistant Director of Utilities Water/Wastewater Divisions Approved Nelson Director of Utilities Attachments Bid Tabulation Location map PUB Minutes 9/24/86 Lloyd Harrell City Manager 0231n 8 IT .1 UM~ OVERSIZE SEWER 18' PUBLIC Sept MEMBERS PRESENI Chairman Coomes, Harrell, MINUILS U11Li11GS BOARD 5mber 24, 1986 Roland Laney, John Thompson, Edward Kenneth Frady, Nancy Boyd, Lloyd R E Nelson SfA1F PRESENT John MCGrane, C David Ham, Ernie fullos, Mark Ncllaniel, Glenn Jaspers U111ER5 PRESLNI David Guyot, Stanley Armbruster, Dr Littlefield Service Center Training Room 6 UU p m to 11 30 p m Regular Agenda 9631 OVERSIZE SEWER LAVE AT THE b lU CONSIDER BIPOISON ~~G{ GRE NNIELD }lam explained that the staff recommends approval of the lowest difference of $30,114 11 as the City's participation in the oversize sewer line Loomes moved to recommend to the City Council approval of the low bid of Dickerson Construction in the amount off $30,814 11 Thompson second All ayes, no nays, motion carried unanimously DATE October 7, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9643 C I P Utilities Loop 288 30" Watermain RECOIVIENDATION We recommend this bid be awarded to the low bidder of Dickerson Construction Co in the amount of $616,985 00 SUiO ARY This bid was advertised and notices were sent to twenty-five Contractors We had thirty-two sets of plans picked up and received eleven bids ranging from $616,985 00 to $963,796 10 We feel that we received an excellent bid for this project BACKGROUND Tabulation Sheet and Utility Department recommendation and Utility Board Minutes PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED C I P Projects FISCAL IMPACT There is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by ai J hn Marsha Tit Purchasing Agent Approved am Jo in Marshall Tit)2, Purchasing Agent • O a Y ['1 T V 9 I 1 ~ $ G A - Y '.C G ~ _ I a ' m s I I c- m ~ - a _ K I ~ m m r a _ o 0 ~ I m _ o m ~ x s r _ c ~ ~ s z ~ 0 s ~ m I m 0 I I ~ < I T I I N p 1 ~ ~ '-0 1 S m o O I I n I C'~ P < 1 0 N ` m I s m N v ] o 1 S ~ A I I O 1 u I ~ m < Z I T 2 m ~ O 2 N 8 1 O a ~ S ~ aZ o I ~ I I m 1 m c 1 I r+ N ~ G I S S T m I a ~ a I z 1 x °o i m ti s m ° x v i I$ 1 n t r N 1 `.O I I v ~ 1 ~ ~ o ~ ~ _m H w $ I r n - n a I I I . n~ I 1 M ` n ` m ~ ~ m ~ $ I N O 9 ~ O 4 1 I O S V ~ I N Cl 1 V ~ ~ n Z N 1 a I ~i N I - r O N 2 1 n P 1 O S O ~ < m N N m 1 ' CJ !1 S ~ Fi S N a I r ~ 1 s z 1 m c v a y ° m a i a a N (JI p N T y Q 1 A _ 1 ` c ~ s m N .o i I n a u o r L r I 1 r m 1 m n N C I DATE October 7, 1986 CITY COUNCIL AGENDA ITEM TO MAYOR AND MEMBERS OF THE CITY COUNCIL FROM Lloyd Harrell, City Manager SUBJECT CONSIDER BID OPENING, BIb #9643, LOOP 288 MCKINNEY TO UNIVERSITY DRIVE 30" WATER LINE RECOMMENDATION The Public Utilities Board and Purchasing Department recommend to the City Council approval of the lowest qualified bid of Dickerson Construction Company in the amount of $616,985 SUMMARY Bids were opened Aug 14, 1986, and the results are as follows Dickerson Constn Celina, Tx $616,985 00 Bill Hazelwood Inc , Sherman Tx 700,072 40 Tex-Con Utility, Garland, Tx 700,135 00 Saber Devel Co , Dallas, Tx 713,318 50 Channel Constn Lake Dallas, Tx 776,371 25 Arch Utility, FW Tx 779,794 00 C&W Utility, Desoto, Tx 827,445 00 Jay Mar Corp , Denton, Tx 874,745 00 Oscar Randa Const Roanoke, Tx 892,945 00 Calvert Paving, Denton, Tx 951,910 00 Bar Constn , Lancaster, Ix 963,796 10 The Public Utilities Board recommends the approval of the lowest bid of Dickerson Construction in the amount of $616,985 BACKGROUND This is an approved 1986 CIP project In FY 1986- 2411/20" water line was installed from the Water Plant to Loop 288 and north on Loop 288 to McKinney Street In continuation with this project, in FY 1986, a 30" water line is being proposed from McKinney to US 380 on Loop 288 Anticipating the growth of Lakeview development and the proposed new Water Plant in the north part of town, and to extend services to the ETJ in the future, the Utilities Staff has upgraded the line size from 20" to 30" In addition, it will also help reduce distribution loss in the system so as to efficiently pump 30 MGD in conjunction with the proposed Water Plant upgrade (to 30 MGD) 0231n 11 Loop 288 McKinney to University Drive 30" Water Line Page 2 In FY 86, budgeted amount for the 20" water line is $350,000, whereas the low bid for the proposed 30" water line is $616,985 00 In addition to the line being upgraded to 30", the routing was also modified to meet field/easement situations, involving 1400 LF of extra length of pipe and bore across Loop 288 and us 280 PROGRAMS, GROUPS OR DEPARTMENTS AFFECTED City of Denton Municipal Utilities, City of Denton, Developers and the citizens FISCAL SUMMARY The Public Utilities Board and Utilities Staff feel that the low bid can be accommodated for the following reason In FY 86, $500,000 (water bonds) had been budgeted for oversize water lines based on anticipated growth and proposed oversize agreements However, many oversize agreements have not yet taken place due to lack of interest from developers Approximately $300,000 remains unspent in FY 86 in this category, which could be used for this project In addition, as a followup Utilities Board is recommending order to the lowest qualified specified 30" gate valves to 30' a net savings of $41,250 (refer The fiscal impact is as follows FY86 budgeted Loop 288 Water Line FY86 Oversize Water Line Unspent budgeted amt TOTAL FY 86 Available Water Bonds agenda, the Public approval of a change bid to change the ' butterfly valves at to followup agenda) $350,000 00 $300,000 00 $650,U00 00 Recommended award (low bid) $616,985 00 Source of funds Water bonds- 623-008-0461-9138 0231n 12 Loop 288 McKinney to University Drive 30" Water Line Page 3 Prepared by r Z),-e T--David Ham Assistant Director of Utilities Water/Wastewater Divisions Approved L Nelson Director of Utilities Attachments Bid Tabulation Location map PUB Minutes 9/24/86 Respectfully submitted Lloyd Harrell City manager 0231n 13 ' .26 74 J~ r J ,iJ J Jl _ t I \J~ F *17 11 y~ PROJECT LOCATION PUBLIC Sept MhMBhRS PREShNT Chairman Coomes, Harrell, STAFF PRhShNT John Mcbrane, C David Ham, Ernie Tullos, Mark McDaniel, Ulenn Jaspers OrHERS PREShNT David Guyot, Stanley Armbruster, Dr Littlefield Service Center Training Room 6 00 p in to 11 30 p in Regular Agenda 7 I bq 3 ~ MINU`IhS UTILITIES BOARD -tuber 24, 1986 Roland Laney, John Thompson, Edward Kenneth Frady, Nancy Boyd, Lloyd R E Nelson B LOOP 288 M( Hain explained that this is an approved 1986 CIP project upgrading the line size from 20" to 30" Utility staff recommends approval of the low bid of Dickerson Construction in the amount of $616,985 Thompson moved to recommend to the City Council approval of the low bid of Dickerson Construction in the amount off $616,985 Frady second All ayes, no nays, motion carried unanimously STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this 7 A.D., 19 86, by and between THE CITY OF DENTON, TEXAS County of of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and LOUIS D. DICKE_RSON AND DICKERSON CONSTRUCTION CO. INC. P.O. BOX 131 CELINA, TEXAS 75009 (214) 382-2123 of the City of CELINA and state of TEXAS termed CONTRACTOR. day of OCTOBER COLLIN Party of the Second Part, hereinafter WITNESSETH: That for and in consideration of the paynents 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 # 9643 LOOP 288 30" WATERLINE P.O.,# 75725 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 r written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT, JERRY CLARK CITY ENGINEER , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. A ~ T: THE CITY OF DENTON Party of he First Part, OWNER B LLOY V. HARRELL (SEAL) ATTEST: AP OVAS TO FORM: City Attorn LOUIS D. DICKERSON AND DICKERSON CONSTRUCTION CO. INC. Party of t Second Part, CONTRACTOR By ce G itle LEWIS D. DICKERSON, - (SEAL) CA-2 0044b BID # 4Fa-i PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of LOOP 288 30" WATERMAIN 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 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. P - 1 It is understood and agreed that the work is to be completed in full within seventy (70) working days. 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 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 1986 GIP Utilities Loop 288 Watermain BID TABULATION SHEET WORK DAYS 70 BID NO. g543 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 30' Concrete Cylinder I I ( I 2.12.5 1 Watermain I 7,665 1 LF 1 $ t/S /LF I 11i y; - 1 30' Ductile Iron I I I I 2. 12.8 1 Watermain 1 255 1 LF 1 $ qT, '~_/LF I I 2.12.20A1 6' PVC Watermain I i 0 1 I LF I 1 $ :To. ~ /LF i I - 2.12.20B1 8' PVC Watermain I I I 0 I LF I I $ ~T-• /LF I I I 2.12.20C1 10' PVC Watermain I• i I 0 I LF I I $ 3v oo /LF I I - O 1 16' Ductile Iron I I I . I 2.12.20D1 Watermain I 0 1 LF „4 1 $ G c~. /LF I ° - 1 20' Ductile iron i I I I 2.12.20E1 Watermain I 0 I LF I $ yc- /LF I I 2.13A 1 6' Gate Valve I I I 24 I I EA ~Y 1 $ 3-5c /EA I I t?, 1 8' Gate Valve I 1 1 EA 1 $ Zvc> -/EA I G zc, c. 2.13C 1 10" Gate Valve I 1 I EA 1 $ ~cx /EA I f?==-.. ' 2.13D 1 16' Gate Valve I 4 1 EA 1 $ 2/sc,4/EA I .Cce, I 2.13E 1 20' Gate Valve I I I 2 I I EA I $ !F/5~1"'/EA I I io 3oe•. I 2.13G 1 30" Gate Valve I I 1 11 1 I EA I S /i r~r `VEA I 1 iJ d '7TH; 2.13.2 I Air Release Valve I 3 I EA I $ 15~,.' `/EA I / cs« 2.14 I I 1 Fire Hydrants I 23 I I EA I i $ JTe~. I - EA i 3Y Soo, 3-A I I I Remove Concrete Pavement I 60 I I SY I I $/v , cr I /SY o 3-B I I I Remove Curb and Gutter I 100 i 1 LF I 1 $ .S I /LF I S..'• i I I I I Walks and Di 11 _'i~- L-1- 1- 1 60 5.7B I I I Asphalt Patch - Type D I 300 I I TON i 1 $ 1 .frz /TON I Jy tixv. 5.8 I I Concrete I Pavement I 60 I I I SY i $ I 2`]. /SY I L ZO. / I i I I Y-1 I , 7.4 I Concrete Encasement I 50 I CY I $ Y17 /CY -7s 8.2A I I Concrete I Curb and Gutter 1 100 I I 1 LF 1 $ I /0 /LF 8.3 t 1 Concrete I Driveways I 35 I I 1 SY 1 $ I 27 /SY I 5 rS P - 3 1986 CIP Utilities Loop 288 Watermain (Continued) BID TABULATION SHEET WORE DAYS BID NO. 9643 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 8.3A I Concrete Sidewalk 1 25 I SY I $ 1,21. 1~ /SY I G"13 SP-2 I I I Sawcut Existing Concrete 1 200 1 I I LF 1 $ I S, /LF I *SP-10 I I I Rock Clause I I 0 1 I CY I $ Sc I c /CY I - SP-13 I 42"Bore and Casing 1 255 I LF I $ 15,4 `/LF I 3 i 1 v4- i~ I I I I I I i I I I I I I I I *This item has unknown quantity - visit project site - provide unit price I I I I I I I I I I I I I I I I I I i I I ALTERNATE BID I I I I I I I I I *2.13F 1 240 Gate Valve i 11 1 EA 1 $Ic,rsc"~/EA ) //'7 -To I I i I I I I I I I I I I i I *This item shall include the 30"x24" reducers necessary to adapt these valves to the I I I 1 1 30" Watermain. I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I ADDENDUM RECEIVED I I I I I I I i I 1 I I I I I ~ I I i i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I P - 4 BID SUMMARY TOTAL BID PRICE IN WORDS ( 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. CONTRACTOR BY Street Address City and State Seal & Authorization (If a Corporation) '~2 ic1--~ Telephone P - 5 ;TDELITY AND DEPOSIT COMPANY :IDELITY AND DEPOSIT OF MARYLAND HOME OFFICES; COMPANY BALTIMORE, MD, 21203 BID BOND K`VOW ALL MEN BY THESE PRESENTS: That we. - DICKERSON CONSTRUCTION (here insert the n:-COMPANY ame an - - - - - INC add tlress or Ie8a1 title of ❑ie Co ntractoq _ . as P and..F_ _I_D_ ELITy -SIT C " rincipal a i" " " u1Q ~F ~ Bal1timore, 1' (h -----ere-i--n--a-----fter called the P under the la ,~s - rinci of airthe" State of \-Ia " r}'l theans -d , a ) SurcL-~, ( Mart,land, ; Pal"), unto " '---TX_-- reh corporation duh'or _ CITY OF DENTON hereinafter called the "Su g ni ed . areheld and fi . rm)y Ulerc uuert tli~ nenu' enJ adore„„r iA bofind ll utle or the UwnNp the sum of. ti_ r the payment of which AFA &.T. _ as Obligee, (hereinafter _called.the "Ob .r heirs, executors, a sum well and trul AMO UNT. BID-- --7-77 administrators, s Y to be made, th~ ----Dollars o ligee uccessors and assigns, said Princi pal and the said Surety, S.o.- \ 6VHEREAS Iointl Ci ou the Princi Y and several) Yr bind ourselves, pal has submitted a bid for severally, firmly by these CONSTRUCTION OF presents. - --.......,_gQ77-TNC - H" ATER LI-N E IP UTILITIES LOOP - 288 - . BID - - - - _ - -_x.9.643..... ---------1 NOIV, THEREFORE, uract with the Obligee if the Obligee shall accept .led in h r in accordance with thethe bid of the Pr;n c; contractand for filer contract documents with gO° terms of s penal uch bid and pal and the Principal shall enter into of the failure of prO°rPt Payment of Tabor d and sWficient sue e such bond or(ub °a}' to the Obli r a the Principal to enter ' and material furnished in y f°r the faithonds as may be d such tar gCe tl1e d, erence not tomto such contract and ve such the Performance of rk covered bmount for which the Obll c ed the gr bo~d or bondsthereof, or in the ysaidbid, the nthisobligationsgee hall, ' n ntyhereof b r ehvr een if the Principal Kood faith the amount s ullandvoid'0therw e orreM. In t pecified in said con trat ,n ullforceanPeform ;ned and sealed party to perform this - TH day of ------------------"AUGUST G DICRERSON CONSTRUCTION- COM A - - - N ALI~r - Witness Psincipa! V PIDELITI' ANU DEPOSIT Title ❑ FIDELITY AND COMPANY OF MARYLAND DEPOSIT COMPANY Surety YOUNG Witness REGENIA i ' I - l "e Imencon Lisdnne o[ (SEAL) ATTOR ~a -1 310 rcbrunrv r9)~r~~"feet:. NEY-IN_ pIZZO---FACT T ' itle dinon. CO POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/PY) DATE IMM/ODM) EACH AGGREGATE OCCURRENCE GE NERAL LIABILITY BODILY INJURY $ $ COMPREHENSIVE FORM PREMISES/OPERATIONS PROPERTY UNDERGROUND DAMAGE $ $ EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL BI & PD COMBINED GG `r' 2 $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY W9ILY FLJRY PER PERSC $ ANY AUTO ( Ni ALL OWNED AUTOS (PRIV PASS I BODILY AN ALL OWNED AUTOS OTHER PRIV THAN) INJJRY (PER aCCmBIy $ A HIRED AUTOS SKB 008873 9/1/86 9/1/87 NON OWNED AUTOS $ GARAGE LIABILITY r $ 5500, EXCESS LIABILITY UMBRELLA FORM &PD CC W $ OTHER THAN UMBRELLA FORM Y WORKERS' COMPENSATION $ (EACH ACCIDENT) AND $ (DISEASE-POLICY LIMIT) EMPLOYERS' LIABILITY i s (DISEASEEACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Loop 288 Waterline - City of Denton, Texas Additional Insured: City of Denton, 901-B Texas Street, Denton, Texas 76201 City of Denton 901-B Texas Street Denton, Texas 76201 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS ITTEtSJFJOTICE IO ~C~FIC 0L-0ER NAMED TO THE LEFT, BUT FAILURE SJOCIIII IC O' O OBLIGATION OR LIABILITY OF ANY KIND UPO IT E PRESENTATIVE& AUTHORIZED REfPPESEN I ATIVE WILLIAM H.~?RATZ & ASSOCIATES, NC. nr INSURANCE CERTIFICATE RECEV'E[) C# ' 2 1 19E6 This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date shall first occur. i 0 0 0 `o u 0 m c ii E s d a This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies listed is subject to all the terms of such policies. NAME AND ADDRESS OF City of Denton 215 E. McKinney Denton, Texas 76201 NAME AND ADDRESS OF INSURED - - Dickerson Construction Co., Inc. P.O. Box 181 Celina, Texas 75009 DATE OF THIS CERTIFICATE ISSUED AT Sherman, Texas TP-Xc'iS EmPLOYeRS InsURance ASSOCIaTIon TexaS EmPLOYeRS InoemnlTY company EMPLOYeRS Ca SUaLTY - - company EMPLOYeRS NaTIOnaL In SURance Company EITIPLOYeRS CaSUSLTY CORPORaTIOn EITIPLOYeRS NaTlonaL InsURance CORPORaTlon EmPLOYeRS OF Texas LLOYD'S RI v c 0 w E 0 v 0 0 ITyoed) u-u n.t-- Y%4-. U-- INSURANCE IN FORCE LIMITS OF LIABILITY NOT LESS THAN Expeahon Each Perron Each Aaident Dale E l O Per PoRry STATE AND Kind Policy Number mp oyee) I., Per Peh" Previaens cmaeme) ter P., Polisy P.orm~oas Or Aga,egata LOCATION OF OPERATIONS Item 1 r-sins a Pis Fully Complies With Requirements of ' o o Part 73073 Texas Waken Compensation Law u a Disease Only Disease Only STATE OF TEXAS Y o E eavamge d R l If Bl k k $SOD,D00 500 , 000 $500,000 S500a000 3 Part 11 An enewa Th ereof an - - See Heading ~~Aaa . Item 2 Cove age fully Complies With Requirements CL Parr 1 N/A of Stare Law u a ° Disease Only Disease Only Covesge 3 w Part And °I See Heading $100,000 $100,000 $500,000 Item 3 Bodily $ $ $ P m as Injury 827336* XXXX 500,000 Products Only U S A., ITS TERRITORIES OR ` ° o . Property And Renewal If Blank - Com bined Sin 1 e Limit POSSESSIONS AND CANADA O u a Damage Thereof See Heading X X X $ $ Item 4 Badily $ $ Not a y t Injury N/A Applicable U.S.A. ITS TERRITORIES OR S aS n o - Property And Renewal If Blank - X X X Ner SIONS AND CANADA POSSE Damage Thereof Sae Heading $ Applnable Item 5 $ $ $ Umbrella 654277 XXXX 1,000,O C O Limit Liability And Renewal If Blank - Thereof Sae Heading s XXXX $ $ tram 6 $ $ $ And Remewal If Blank - Thereof See Heading $ $ $ REMARKS *Policy Includes Blanket Contractual, Products & Completed Operations City of Denton is Additional Insured For: Bid 119643 - Loop 288-30" Water Line TECO 17993 (4-1-84) PERFORMANCE BOND STATE OF TEXAS COUNTY OF HARRIS ) ( KNOW ALL MEN BY THESE PRESENTS: of the City of BOND NUMBER: 612-9690 LEWIS D. DICKERSON AND That DICKERSON CONSTRUCTION CO., INC. CELINA County of COLLIN , and State of TEXAS as PRINCIPAL, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND 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 SIX HUNDRED SIXTEEN THOUSAND NINE HUNDRED EIGHTY FIVE Dollars 3 616,985.00 ) 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 7th day of OCTOBER 19 86, for the construction of BID # 9643 - LOOP 288 30" WATERLINE P.O. # 75725 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 COLLIN 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 sealed this instrument this 17th day of OCTOBER , 19 86 LEWIS D. DICKERSON AND FIDELITY AND DEPOSIT DICIMRSON CONSTRUCTION CO., INC. COMPANY OF MARYLAND Principal By Lewis D. Dickerson Title President Address P.O. Box 131 Celina, TX 75009 signed and Surety Reg is Pizzo - Title Attorney-in-Fact Address William H. Ratz & Associates, Inc. 2925 Briarpark #150 Houston, TX 77042 (SEAL) (SEAL) The..aame and address of the Resident Agent of Surety is: WILLIAM H. RATZ & ASSOCIATES, INC. 2925 Briarpark #150, Houston, TX 77042 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF HARRIS X BOND NUMBER: 612-9690 LEWIS D. DICKERSON AND KNOW ALL MEN BY THESE PRESENTS: That DICK RSSON CONSTRUCTION CO., INC. of the City of CELINA County of COLLIN , and State of TEXAS as principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto _ CITY OF DENTON, TEXAS OWNER, in the penal sum of -51jH.UNDRED SIXTEEN THOUSAND NINE HUNDRED EIGHTY FIVE _ Dollars (31616.985.00 ) for the payment whereof, the said Principal and Surety hind 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 7th day of OCTOBER , 19 86 _ FOR CONSTRUCTION OF BID# 9643 - LOOP 288 30" WATERLINE P.O. # 75725 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, 1.959, 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 OCTOBER 19 86 LEWIS D. DICKERSON AND DICKERSON CONSTRUCTION CO Principal By 49'"z Lewis D. Dickerson Title President Address P.O. Box 131 Celina, TX 75009 (SEAL) The name and address of the Resident Agent of Surety is: WILLIAM H. RATZ & ASSOCIATES, INC. (SEAL) 2925 Briarpark #150, Houston, TX 77042 PB-4 FIDELITY AND DEPOSIT INC. COMPANY OF MARYLAND Surety 61 Regenia P' L4W Title Attorney-in-Fact Address William H. Ratz & Associates 2925 Briarpark #150 Houston, TX 77042 0092b MAINTENANCE BOND, STATE OF TEXAS )C BOND NUM m: 612-9690 COUNTY OF HARRIS LEWIS D. DICKERSON AND DICIO;RSON CONSTRUCTION KNOW ALL MEN BY THESE PRESENTS: THAT CO., INC. as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of SIXTY ONE THOUSAND SIX HUNDRED NINETY EIGHT DOLLARS AND FIFTY CENTS Dollars ( 61,698.50 107 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: LEWIS D. DICKERSON AND WHEREAS, said DICKERSODT CONSTRUCTION CO., INC. has this day entered into a written contract with the said City of Denton to build and construct BID# 9643 - LOOP 288 30" WATERLINE P.O. # 75725 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 backfillin_g 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 sball 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. LEWIS D. DICKERSON AND IN WITNESS WHEREOF the said DICKERSON CONSTRUCTION CO., INC. as Contractor and Principal, has caused these presents to be executed by FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND as surety, has caused these presents to be executed by its Attorney-in-Fact REGENLA PIZZO and the said Attorney-in-Fact has hereunto set his hand this, 71-h day of (r-TOBER , 1986 . SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND BY: Rs enia Pizzo Attorney-in-Fact PRINCIPAL: LEWIS D. DICKERSON AND DICKERSON ONSTRUCTION CO., INC. BY• Lewis D. Dickerson President 19B-2 0093b The FIDELITY AND DEPOSIT COMPANY OF MARYLAND e D FIDELITY AND DEPOSIT COMPANY Comparlles HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice-President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect of the date thereof, do hereby nominate, constitute, and appoint WiI I ism H. Rat z, Maryanne Wilson, Regenia Pizzo, Carole Kamman and Edward L. Moore, all of Houston, Texas, EACH t ee ~d lawful agent and Attorney-in-Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians............ execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of William H. Ratz, etal, dated, May 26, 1983. IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT day of................. January............................. A.D. 19 $5.......... COMPANY this 21st ATTEST: FIDELITY AND DEPOSIT COMPANY OF YLAND SEAL n Vt •!'reudent Amistant Secretary p FIDELITY ANDDEPOS COMPANY SEAL W 1` Gn -B-.. . y^J.............................. By...... Asurmat Secretary a-President STATE OF MARYLAND ) 9a: CITY OF BALTIMORE On this 21st l day of January , A D. 1985 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned end qualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and bemg by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Compames aforemid, and that the stale affi:ell to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and directmn of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the Cil of Baltimore the day and esr first above written. s ra ~ NOL i~ a My commission expires ..July.-la..,1986 ~a,r o•• CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and collect copy, is in full force and eRect on the authori.ed ate of this certificate; and 1 do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice-President, apectall the Boards DEPOSIT COMPANY olDweetors to d and Attorn -in-Fact as provided FIDELITY AND DEPOSIT COMPANY. 2 o(the respective By-Laws of the FIDELITY, AND Thin certd,cate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly cad and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called d held on the 2nd day of November. 1978 RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.' IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate sells of the said Companies, this day aL _044. 71986..... 19 rrYant Lary inrva r., -170-3613 FOR YOUR PROTECTION LOOK FOR THE F&D WATERMARK EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The President, or any Executive Vice-Presidents, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr- ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, and At- tornies-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The President, or any one of the Executive Vice-Presidents, or any one of the additional Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con- currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or per- sons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in- struments and documents which the business of the Company may require, and to affix the seal of the Company thereto." DATE October 7, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9650 C I P Utilities Section F-JOYCE, WII~DSCI2, BELL, MINW, WESTWAY STREETS RECOiIIENDATION We recommend this bid be awarded to the low bidder Albenesius Contractors for the total amount of $118,410 00 SUMMARY This bid was picked up and sent to some twenty or more Contractors We received seven bids ranging from the low bid of $118,410 00 to $278,391 00 Four of these bids were under $150,000 00 as shown on the tabulation sheet Each of the bidders meet the bid require- ments and specifications Mr Albenesius has been awarded several contracts from the City prior to this one, and we have found him to be a reliable Contractor This bid is for water lines on Joyce Lane, Windsor Drive, Bell Avenue, Mingo Road and Westway Street BACKGROUND Tabulation Sheet, Utility Board Minutes PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED C I P Project FISCAL IMPACT There is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by e John Marshall tle Purchasing Agent Approved me J hn arshall T)tle, Purchasing Agent .n A J 1) i ma i p m rs m n m c n 1 1 7 a 1 1 C] t.. 1 1 I 1 i x r r 1 m 1 I -J I + 1 1 r W A T. RA r c 1 1 d) ti .O m m c) 1 1 a o m a r 1 a z! a, .e ) o n m 1 1 1 c m r_) z. ~ c -J 1 ~J a a m rJ x+ m i mi, 1 a F n W G 1 -.J I m I N p 1 u 1 m y 1 ) 1 s ) ~ ~ r n 1 Sf1 T I H 1 n 1 u 1 3 1 p I I I I I I I I I T I I I I I I 1 7 S u .r.1 A .N J I I t) V A + > ~f) I ~ I T m W N J P JI 1 G 1 !'ry V) VI M N ~ L C} 1 y .Z Vl 4 W A Ut ; .r I u O ~ ~ T ~ 7 G O r I ~ I I 1 i U I s I m m a + o m 1 2 ~ z f' P cn m N _ z 1 c _ 1 a o o 1 - 1 1 ^ _ 1 1 N A W ~ 1 I 1 K' 1 't f'l W N tN w 1 I m 1 s l S 1 c m w v ~-1 v s l a l V) +CI 4 4) N r I O 1 u2 m CO A V VI N C. ; SI I m SJ O O C > 1 1 O O O 6 p ~ I I _ _ 1 1 r 1 0 1 a m Am o- `n) rn - i a i ai s r) tJ r~ 1 c N ~ -1w 1 r 4 O w I 1 4 1 1 O O v. C I I .S I 1 V a` A A 1 I 1 r "J' T N G ~ Ji ~ l a l ~ m m O sn r~ N ~ G A V; o 1 1 r ~ ! ~ F+ G I' A 1 1 I r jt G a _ ~ 1 - 1 1 r 1 1 C) D 1 a r _ ~ ry. m CU V I I IT I Z I -r IT 31 m u t N u n N h A I > I y V O 4J r Y) 1 .2t I u c c ~ i i ) z .w ~ c 1 1 N y N 1 I C I m W G A A ~ CO 1 1 S TT m W r) A W L A I _ J m N ! 1 m JI N A N 11 1 A 1 r ~ - ry 1 1 © ~ C O ~ 4 I I MINUILS PUBLIC U11Li11LS BOARD September 24, 1986 MEMBERS PRESENI SUI F PRESENT Chairman Roland Laney, John Thompson, Edward Loomes, Kenneth wady, Nancy Boyd, Lloyd Harrell, R. E Nelson John MCGrane, C David Ham, Ernie rullos, Mark McDaniel, Glenn Jaspers OiHIRS PRhSLNI David Guyot, Stanley Littlefield Service Center !raining Room 6 00 p m Emergency Agenda Item D OPENING HOR WATER L Armbruster, Dr to 11 30 p m IMPROVEMENTS 10 1HE Ham explained that his was an approved 1986 LIP project, and that these improvements will reduce maintenance cost, increase flow, and reduce distribution line loss Staft recommends the low bid of Albenesius Contracting in the amount of $118,410 Coomes moved to recommend to the City Council approval of the low bid of Albenesius Contracting in the amount off $118,410 Boyd second All ayes, no nays, motion carried unanimously r " CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 8 day of OCTOBER ow c.vv A.D., 19 86, by and between THE CITY OF DENTON, TEXAS 901-B TEXAS STREET DENG, TEXAS 76201 _ of the County of DENTON and State 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 LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING P.O. BOX 1712 DENTON, TX 76202 (817) 382-3698 of the city of DENTON , County of DENTON and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9650 1986 C -1-P. UTILITIES SECTION "E" P.O. # 75726 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 iaritten explanatory matter thereof, and the Specifications therefore, as prepared by JERRY CLARK, ENGINEER. CITY OF DENTON, TEXAS , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTAS l/ (SEAL) ATTEST: ALBENESIUS CONTRACTING Party of the Second Part, CONTRACTOR By ~w M - TitleaARRY ALBENESIUS (SEAL) AP OVF 7S TO FORM: iffy Attorney CA-2 0044b PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Larry Albenesius dba Llhancci nc rnnf,Anr;ng , of the City of T)PnF~n County of Denton , and State of Texas as PRINCIPAL, and Balboa 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 THE CITY OF DENTON, TEXAS as OWNER, in the penal sum of ONE HUNDRED EIGHTEEN THOUSAND FOUR HUNDRED TEN Dollar s 118,410.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, joi ntly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 8th day of October , 19 86, for the construction of BID #9650 1986 C.I.P. Utilities -.ion "F" P. O. #75726 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 28th day of October 19 86 LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING Principal By „ Z42,e G Larry A enesius, Owner Title BALBOA INSURANCE COMPANY I Surety Deborah L. Dennis, Attorney-in=Fact` Title Address Box 1712, Denton, TX. 76202 Address 3601 West 77th St., Suite 143 Edina, MN. 55435 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Steve Beal, Boley, Featherstone, Hussman & Beal Co. 701 LaMar. Wichita Falls, Texas 76301 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Larry Albenesius dba Albenesius Contracting of the City of Denton f County of Denton and State of Texas , as principal, and Balboa 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 ONE HUNDRED EIGHTEEN THOUSAND FOUR HUNDRED TEN Dollars 118,410.00 ) for the payment whereof, the said Principal and Surety hind themselves and their beirs, 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 October , 19 86 BID #9650 1986 C.I.P. utilities Section "F" P. O. #75726 _ 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, 7959, 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 WITTINESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this28th day of October , 1986 LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING BALBOA INSURANCE COMPANY Principal V By ~i Larry A enesius, Owner Title Surety Title Deborah L. Dennis. Attorney=in-Fact Address Box 1712, Denton, TX. 76202 (SEAL) The name and address of the Resident Agent of Surety is: Steve Beal, Boley, Featherstone, Hussman & Beal Co. 701 LaMar, Wichita Falls, Texas 76301 PB-4 Address3601 West 77th St., Suite 143 Edina, MN. 55435 (SEAL) 0092b MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: THAT Larry Albenesius dba Albenesius Contracting as Principal, and Balboa 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 ELEVEN THOUSAND EIGHT HUNDRED FORTY ONE DOLLARS Dollars ( 11,841.00 , 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 Larry Albenesius dba Albenesius Contracting has this day entered into a written contract with the said City of Denton to build and construct BID #9650 1986 C.I.P. Utilities Section "F" P.O. #75726 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 agreement to maintain period of one (1) ye; shall be null and vo force and effect. NOW, THEREFORE, if the said Contractor shall perform its said construction and keep same in repair for the maintenance as herein and said contract provided, then these presents d and have no further effect; otherwise, 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 T.a YYA~be e4l1lQ dba as Contractor and Principal, has caused t e ee presents to be executed by Larry Albeneslus and the said Balboa Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Deborah L. Dennis and the said Attorney-in-Fact has hereunto set his hand this 28th day of October , 19 86 SURETY: BALBOA INSURANCES COMPANY Deborah L. Dennis Attorney-in-Fact PRINCIPAL: LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING B Larry hl enesius. Owner t1B-z 0093b BALBOA INSURANCE COMPANY }349 MICIIIA SON DRIVi:. IRVINR. CALIFORNIA 42715 16116 GENERAL POWER OF ATTORNEY KnowAH NIen by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organised and existing under the laws ofthe State of California. and having its principal office in Irvine, Orange County, California, does by these presents make, constitute and appoint Robert E. Flanders, Robert J._ Vogelpohl and Deborah L.- Dennis of - - Edina and State of minnEtsota its true and lawful Auomeylsl in Fact. with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver _ 52,000 000 - Any and All Bonds _ and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal ofthe Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Atiorney(skin-Fact may do in the premises. Said appf+intment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at it n ring held on the 22nd day of March, 1962. l'Be ft Resolved, that the President, any Vice-President, any Secretary orally Assistant Secretary shall be and is hereby vested with full power an authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the ollowing provisions: 'Section f. Attorney-in-Farr. Attomey-in-Fact may be given full power and authority for and in the name of and on behalfol'the Company. to exe mte. acknowledge anddeliver. any and allbords, recognizances. contracts, agreements of indemnity and other conditional or.obligatory under- tak igs and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instriontents soexecuted by my such Attorney-in-Fact shall be binding upon the Company as if signed by the.President and sealed and attested by the Corporate Se etary." 'In Witness Whereof, Balboa Insurance Company has caused these presents to be signed by its -MjJ -P'"PG'd n - ml its corporate seal to be hereto affixed this _21113-._ _ day of --11111Y . A.D.. 19 -86._. `NS0ANq BALBOA INSURANCE COMPANY By )4,.~ r ~0 7 r v ® yf K. R. Huckabay - of California ty of orange Feb. 61 1948 fr • this 2nddaY of - '1111 y . in the year 1986 belirre me ~LTFORNtlP- G Robbins , a notary public, personally appeared K R- Hnrkabay , personally known tome to be the person who :d the within instrument as vi re Prasi dent- , on behalf of the corporation therein named and pledged to me that the corporation executed it. rF W AL SEAL y P. Q iqB&N8 -~Ar gN11~001NITF P. G. Robbins Notary Public my ORae►1* PM& 4. tai 1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the 01 ginal Power of Attorne) issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And 1 do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the fol wing resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 19 Q. and that said resolut.on has not been amended or repealed: RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, may be affixed w rinted by facsimile toany certificate to a PowerofAttorney ofthis Corporation, and thatsuch printed facsimile signature and seal shall be valid an binding upon this Corporation." VEN under my hand and the seal of said Company, at Irvine, California, this October , 19 66 day of rvn - Secretary CITY OF uLN'fON INSURANCE MINIMUM RE(~UIREMEN'1S Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, owner, minimum insurance coverage as follows: 1'YPE OF COVEitAUE LIMI'T'S OF LIABILITY I. WORKMEN'S COMPENSATION STATUTO&Y II. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each occurdnce Aggregate Property Damage $IOU,000 Each accident III. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily injury $300,000 $1,000,000 Each person Each accident Property Damage $100,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY TNSUKANCE POLICY with the following limits: BODILY INJURY PROPEhTY DA?AUL $30U,000 each person $100,000 each dccident $300,000 each accident $i,000,UUO aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. 1103990 _ ISSUE DATE (MM/DDM) Q ® 11/4/86-R PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS ELKHORN INSURANCE AGENCY INC NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, , . 212 N. MAIN EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. BOX 646 P O . . COMPANIES AFFORDING COVERAGE ELKHORN, NEBRASKA 68022 COMPANY A NORTHERN INSURANCE COMPANY LETTER COMPANY TRAVELERS INSURANCE CO . B LETTER INSURED LARRY ALBENESIUS CONTRACTING COMPANY P. 0. BOX 93 C LETTER JACKSON, NEBRASKA 68743 COMPANY LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY NOTWITHSTANDING ANY REQUIREMENT , BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LEFT TYPE OF INSURANCE POLICY NUMBER DATE (MWDONY) DATE (MWWNY) EACH OCCURRENCE AGGREGATE GE NERAL LIABILITY BODILY A X COMPREHENSIVE FORM GL-68555413 6/6/86 6/6/87 INJURY $ $ X PREMISES/OPERATIONS PROPERTY X UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD DAMAGE $ $ X PRODUCTS/COMPLETED OPERATIONS X CONTRACTUAL CED & PD OMBINED $ 1,000 $ 1,000 X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $ 1,000 A UTOMOBILE LIABILITY )DOILY . A X ANY AUTO WAA-80364631 6/6/86 6/6/87 RPE" $ ALL OWNED AUTOS (PRIV PASS) BODLY ALL OWNED AUTOS ( OTHER PRIV PASS THAN) INJURY (PER IPER uGCENB $ X HIRED AUTOS PROPERTY , X NON OWNED AUTOS DAMAGE $ GARAGE LIABILITY BI & PD COMBINED $ 1.000 EXCESS LIABILITY UMBRELLA FORM BI & PO COMBINED C $ G $ OTHER THAN UMBRELLA FORM STATUTORY ' B WORKERS' COMPENSATION 6-UB-63OG869-8-8 6 6/6/86 6/6/87 $ 100 (EACH ACCIDENT) AND $ 560 (DISEASE-POLICY LIMIT) EMPLOYERS' LIABILITY $ 1DD (DISEASE-EACH EMPLOYEE) OTHER } DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITFMS CERTIFICATE HOLDER SHALL BE ADDITIONAL INSURED AS RESPECTS WORK INSURED DOING FOR CERTIFI HOLDER NAMELY FOR BID NO. 9650 - 1986 C.I.P. UTILITIES SECTION I 901-B TEXAS STREET DENTON, TEXAS - 76201 ATTN: LLOYD HARRELL CITY MANAGER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED .1540L V . A I J ` J iJ 81 D # 9650 APPROVED I C• i 1986 IN C11Y Of DEMON DENTON, TEXAS 'aG,D£PT. 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. PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF 1986 C. I. P. UTILITIES SECTION 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 Joyce 8' ITEM Water Line BID DESCRIPTION ABULATION SHEET QUANTITY UNIT NIT WUHA UAYS iu BID NO. 9650 PO NO. PRICE TOTAL I 2.12.8-B I Cast Iron Fittings I I 0 I I LB I 1 $ Xn( I ) /LB I I 2.12.20-BI 8' Water Line I I I 568 I I FT I $ 0 I 0 /FT I lip. 2/~ LSO I 5.7-B I Asphalt Patch Type D I I I 10 I Ton I I $l ri D I O /Ton I I 7.4 1 Concrete Encasement I i I 1.5 I 1 CY 1 $ 110, 1 40 /CY I O DO I I I I I I I I I I I SF-10 I Rock Clause I I I 0 I I CY 1 $,5-0. 6 I 0 /CY I I I I I I P - 3 Windsor 8" Water Line BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID No. 9650 PO NO. UNIT PRICE TOTAL 2.12.8-B Cast Iron Fittings 0 LB /LB 2.12.20-B 8" PVC Water Line 1,093 LF /LF 2.13-A 6' Valves 2 Ea /Ea a o 2.13-B 8' Valve 1 Ea t-1150. tic /Ea 0,04 2.14 6" Fire Hydrant 1 Ea /Ea 2.16-A 3/40 Water Service 16 Ea L,/Ea 3-A Remove Concrete Pavement 2 SY Lit) /SY .00 3-B Remove Curb and Gutter 8 LF /LF op Oi00 5.7-B Asphalt Patch Type D 100 Ton /Ton 5.8 Concrete Pavement 2 SY /SY 7.4 Concrete Encasement 3 CY /60, /CY 8.2-A Concrete curb and Gutter 8 LF , /LF SP-2 Sawcut (Exist. Concrete) 16 LF /LF SP-10 Rock Clause 0 CY /CY SP-14 Fire Hydrant Installation 1 Ea /Ea P - 4 Bell 12" Water Main BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. 9650 PO NO. UNIT PRICE TOTAL 2.12.8-B Cast Iron Fittings 0 LB /LB 2.12.20-D 12" PVC Water Line 314 LF 1,YnL, /LF ,0 2.13-A 6" Valve 1 Ea 0.00 /Ea 95-0,0c 2.14 6" Fire Hydrant 1 Ea / O. 0,M/Ea 50.0 3-B Remove Curb and Gutter 4 LF O /LF 00 5.7-B Asphalt Patch Type D 25 Ton /Ton / z2 ,OC 8.2-A Concrete Curb and Gutter 4 LF Too /LF 0.00 SP-2 Sawcut (Exist. Concrete) 4 LF /LF 0.00 SP-10 Rock Clause 0 CY Oo /CY P - 5 Mingo 8" Water Line BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. 9RSn PO NO. UNIT PRICE TOTAL 2.12.8-B Cast Iron Fittings 0 LB /LB 2.12.20-B 8' PVC Water Line 1,753 LF /LF 2.13-A 6" Valve 3 Ea /Ea 2.13-3 S' Valve 2 Ea /Ea 2.14 6" Fire Hydrant 3 Ea /Ea Jc0.04 2.16-A 3/4" Water Service 3 Ea /Ea 2.16-C 2" Water Service 1 Ea /Ea yo,), 00 3-C Remove Walks and Drives 12 SY 3. O /SY 5.7-B Asphalt Patch Type D 5 Ton /Ton , 7.4 Concrete Encasement 1.5 CY /CY O O.00 8.3 Concrete Driveways 12 SY /SY SP-2 Sawcut (Exist. Concrete) 50 LF /LF SP-10 Rock Clause 0 CY Jr0.0 /CY P - 6 WORK DAYS 25 BID NO. 9650 Westway 8' Water Line PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I 2.12.8-B I Cast Iron Fittings I I I 0 I LB I I I $ yn0 /LB I I 2.12.20-BI 8" Water Line I I I I 1,618 I LF I I $ /LF I O~ y 60 I I I I I i 2_.13-B I I 8' Valves I I 1 I i I Ea I I b 00 /Ea I y o Ob 2.14 I 1 6" Fire Hydrant I 1 2 I 1 Ea I I I $95'n.an/Ea 1 / 0n/1.nn 2.16-A 13/4" 3-B I Remove Curb and Gutter 1 8 1 LF 5.7-B I I I Asphalt Patch Type D 1 120 I 1 I Ton I $ lnS n 1 /Ton I 0 7 ~I ~O 00 , 7.4 I I I Concrete Encasement I I 1.5 I CY I I $/019,00 I /CY I ~J~0.00 8.2-A I I I Concrete Curb and Gutter I I 8 I I r.F 1 .19 .qi I /r.F I .~//7 n., SP-2 I Sawcut (Exist. Concrete) 1 8 1 LF I I I I I I I I I i I I I I I P - 7 BALBOA INSURANCE COMPANY 620 Newport Center Drive, Newport Beach, CA 92660 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, 3 dba Albenesius Contracting as Principal, and the BALBOA INSURANCE COMPANY, a corporation under the laws of the State of California, as Surety, are held and firmly bound unto City of Denton, Texas (hereinafter called the obligee) in the full and just sum of - - 5s of the amount bid - - - - - - - - - - - - - - - - for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors or suc. cessors, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for 1986 CIP Utilities, Section F NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Provided, however, that if said contract is not awarded within 60 days of the date of bid opening, this bond shall be void and of no force and effect. Signed and Sealed this _ 18th day of September 19 86 LARRY ALBENESIUS DBA ALBENESIUS CONTRACTING Principal By: BALBOA INSURANCE COMPANY By ' Deborah L. Dennisorney-In-Fact LOOT R281 BID SUMMARY TOTAL BID PRICE IN WORDS 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. QCnknn_, T x2S 76-40,Z- City and state Seal & Authorization (If a Corporation) c?/y- 9677- l0'`/ S Telephone ~'/7- 38z - 9d' yo 2. - ~2 P - 8 R o. Box 1 7/,-2- Street Address BID SUMMARY SHEET NUMBER OF PROJECT NAME BID TOTAL WORK DAYS 1. Joyce Street Water Line $ r/ D 00 10 2. WinQsor Drive Water Line $ 2:z ~ 00 20 3. Bell Avenue Water Line '7'//.00 10 4. Mingo Roaa Water Line $ 3a 0, O-d 15 5. Westway Street Water Line Sp 2, 0-0 25 6. Projects 1 Through 5 $ 1//Q, /tQ 80 These projects are to be bid together. Contractor shall not qualify any bid submitted. The City of Denton re serves the right to award all or portions of this package to inaividual -contractors. P - 9 DATE October 7, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9651 Participation Holbert/Wyatt Oversize Watermain RECOMMENDATION We recommend this participation bid be awarded to the lowest difference between a 16" watermain and the 8" watermain, of $29,836 00 SUMMARY As there was some discussion about what size to be built and the size required, the bid was divided into three parts Bidding the cost of 16", 12" and 8" watermain, the low differ- ence between the 8" required and the 16" oversize is the amount considered The low amount is $29,836 00, this is for the participation only BACKGROUND Tabulation Sheet and Utility Board Recommendation PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Utility Department FISCAL IMPACT There is no impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by me~ ohn arsha11 itle Purchasing Agent Approved am John Marshall Title, Purchasing Agent w N I r o m m ac I n -c - y - I c m -4 ao I ti 1 LM I rv m n I 1 1 ~ 1 1 1 1 I _ i T T -n1 ^'1 Q-I I I i ~J [JI T S m M m r I- - I I m m ~ I m n r> - -1 ,g p T J G O I ~L T n a $a a ~ I I r z m m ~ro n i I m i c Y+i x o I m o I o-~ ~ I m l i ~ s m ~ a s- I u A x m ~ Q v l m i m -y m I I I I IT m m x r ~ ~ I O I -1 m r z r z l a l I I a o m m T I I x I 1 I 1 ti _ _ I 1 n I 1 O I 1 z N .o a + w ~ i I ~ I I m l n ~ v+ .~1 m c' 1 0 1 n a 9 P 1 Y1 I -1 S I I O Q Q 6 P 1 I I $ 1 I I ~ I I $ CJ .4 Ut J I < I JJ h y _ n m o c s ~a I o I C o r m o N Q C I I ~ t- Z • ll L .7 .1 I 1 J Cl Q Q O ~ I I uL' 6 Q Q C ~ ~ 8' I 1 n I I p 1 1 1 g n 4) 31 4L N m 1 m 1 -i -1 $a m i s i s y m Ln N ~O -fJ P 1 Ci 1 1 11 1 r1 r+ p ~I -JJ i i o ~ ~ Ln a 1 1 m` I a 1 C] I p I SJ I m 1 2 I Q I S I DATE October 7, 1986 CITY COUNCIL AGENDA ITEM RECE ~ 3 1~S6 TO MAYOR AND MEMBERS OF THE CITY COUNCIL FROM Lloyd Harrell, City Manager i SUBJECT CONSIDER BID OPENING, BID #9651, OVERSIZE WATER LINE- 8" fU 1611, HOLBhRT-WYATT AD14TION RECOMMENDATION The Public Utilities Board recommends to the City Council approval of the lowest difference of $19,836 as the City's participation in the oversize water line from 8" to 16" SUMMARY Bids were opened Sept 4, 1986, and the results are as follows City Part 16" WL 8" WL 1611- 8" WL Dickerson Constn $67,516 00 $37,380 00 $29,836 00 Jay Mar Corp 7U,760 00 31,665 00 39,095 00 The Public Utilities Board recommends the approval of the difference of $29,836 as the City's participation BACKGROUND The City Council approved August 5, 1986, the oversize agreement from 8" to 16" with Holbert-Wyatt Addition— the developer In order to serve the area containing this development and future developments in the area, a 16" water line is required The proposed water line extends from west of Pockrus Road to and across development frontage on 135E PROGRAMS, GROUPS OR DEPARTMENTS AFFECTED City of Denton Municipal Utilities, City of Denton, Developers and the citizens FISCAL SUMMARY The fiscal impact is as follows U231n 14 Consider Bid Opening, Bid #9651 Oversize Water Line--8" to 16" Holbert-Wyatt Addition Page 2 FY86 estimate as approved 8/5/86 $16,191 00 Actual difference per bids (this request) $29,836 00 In FY 86, $500,000 has been budgeted for various oversize water lines Source of funds Water bonds- 623-008-0461-9138 Prepared by r 4;41 C vavia ham Assistant Director of Utilities Water/Wastewater Divisions Approved E Nelson Director of Utilities Attachments Bid Tabulation Location map PUB Minutes 9/27/86 Respectfully submitted Lloyd Harrell City Manager 0231n 15 01 HOP BERT-WYATT ADD'TION 'OFF SITE OVERSIZE WATER LINE 8' to 18' PUBLIC Sept MEMBERS PRESENI Chairman Coomes, Harrell, MINUILS U11LI1FLS BOARD ;tuber 24, 1986 Roland Laney, John Thompson, Edward Kenneth Prady, Nancy Boyd, Lloyd R E Nelson SfAIF PRESENF John MCGrane, C David Ham, Ernie fullos, Mark McDaniel, Glenn Jaspers OTHERS PRESLNF David Guyot, Stanley Armbruster, Dr Littlefield Service Center Training Room 6 UO p m to 11 30 p m Regular Agenda ~/I Q 9 CONSIDER BID UPENING,__BID 09651, OVERSIZE WAFER LINE AT fHE Ham explained that the staft recommends approval of the lowest difference of $29,836 as the City's participation in the oversize water line Boyd moved to recommend to the city Council approval of the low bid of Dickerson Construction in the amount off $29,836 Coomes second All ayes, no nays, motion carried unanimously DATE October 7, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9655 Painting Peach Street Water Tank RECOMMENDATION We recommend this bid be awarded to the only bidder Don Owen Painting Contractors, Inc in the amount of #35,500 00 SUMMARY The painting of this tank was bid earlier and we received only one bid, which was rejected by the staff We then revised our specifications, selected nine prospective vendors and sent the bid out We again received only one bid BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Water Production FISCAL I1IPACT Budget Account #620-008-0460-8301 Respectfully submitted Lloyd V Harrell City Manager Prepared by A T am John Marshall itl Purchasing Agent Approved Nane John Marshall Tjt S, Purchasing Agent N r I _ I Nv I I I I I I I I qI I I y I I I I I I I 9 I.rt ^ f ; I -1 A t G Y ~ Y I a a = ~ i m es G Y+ r z~ s I a m m s r u) I c a m I G ~r u) ie IT Zt 4l rl .'it r s I Z I t I I u I I CJ I I x I I I I I I I ti _ + N I I I 4 I Q ti N ' ! I T t11 v Ut 4J1 - ` I a I o 1 u) o - c I I r- T. p G I tt I yt I I p o I I v I I I 1 I 6 1 1 m 1 T I a I 4Y 1 C) I I CI 1 1 I I I < 1 I m I I Y I I G I O 1 I ~ I I I I n o cs rt ~ nt Cf Ca T m -a m, -1 -i M n O `l 'f Z N :J > Y ) JI I y ~ 4) zt u ~ m v m 4l S n ti Y a G O ) A a m a r m x nl r r CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON Tb-?, o© THIS AGREEMENT, made and entered into this 9 day of OCTOBER _ A.D., 19 86 , by and between THE CITY OF DENTON, TEXAS 901- B TEXAS ST. _ DENTON, TEXAS 76201 _ of the County of DENTON and State 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 DON L. OWEN DBA PAINTING CONTRACTORS. INC. 316 W. SIMONDS ROAD SEAGOVILLE, TEXAS 75159 (214) 222-8885 of the City of SEAGOVILLE , County of DALLAS and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: RID# 9655 PAINTING, OF PEACH STRFFT WATFR TANK P.O. # 75810 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 UTILITY DEPARTMENT, CITY OF DENTON, TEXAS , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: C-d//J/Y~/O~✓ CITY OF DENTON, TEXAS Party f the First Part 0 LLOYD V. HARRELL, CITY MANA"GER (SEAL) ATTEST: 0 ct YC - lCt~,I:: ~4 & APPROVED TO FORM: City -Attorney 0044b PAINTING CONTRACTORS, INC. Party of the Second Part, CONTRACTOR By Titl DON L. OWEN - (SEAL) CA-2 \ SPECIAL PROVISIONS 1. Scope: The work covered by this contract consists of sand blasting and painting the entire exterior surfaces of the existing 360,000 gallon steel elevated, "Peach Street" water tank with a two (2) color pattern, as shown on the attached vicinity map. 2. Structural Repairs: Bidders are to inspect exterior areas as to repairs including: ladders, handrails, grating, and etc. Bidder to detail items in need of repair and quote dollar amount in item B of bid sheet. 3. Bidders' Knowledge of Condtitions: Prior to submission of a proposal, bidders shall have made a horough examination of the site of the work and a thorough examination of the specifications, and shall become informed as to the nature of the work, labor conditions, and all other matters that may affect the cost and time of completion of the work. 4. Award of Contract: The owner reserves the right to award the contract based on its decision as to the best bid submitted. The owner reserves the right to reject any and all bids. 5. Materials Furnished by Owner: The owner will furnish no materials. The contractor shall furnish all materials, equipment, and etc. 6. Experience Record: The bidder shall have a satisfactory experience record in this type of work for a period of at least three years. The owner requests the bidder to submit his experience and a list of projects which he has performed during the past three years with his Bid Proposal. 7. Contract Forms: The contract and bid bond forms are included in order for you to be better informed as to the requirements. 8. Insurance: See insurance requirements on the attached sheet with a sample certificate which is necessary to complete as part of the contract. . °t3° ul i TEM DESCRIPTION OUAN. PRICE AMOUNT Sand blasting and painting of the exterior surface of an existing 360,000 gallon steel elevated "Peach Street" water tank with a two-color pattern as shown on the drawings in these specifications. Exterior surfaces in- clude the outside surfaces of the tank, columns, wet riser, balcony, handrails, wind bracing between columns, etc. 2. Structural repair to ladder and other metal. parts if required. Replacement of screens, etc. :0301m. p9a ~ > _4 J J.* rd Q v Don L. Owen Paint Contractors x Don Owen -240--Z-. Lu nley Mesqurt-er TX-- 76013 TOTALS 33 1 00 06 ` 5 e f~+~5 We quote the above f.o.b. Denton, Texas. Shipment can be made in_Z!a_days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. 8o-~< 4 s7 K%llin9 Addrd C'~o 111L1_ & , 7- X', ? 51,5-9_ city state Zip /-z/y-2- 87 -So'~z 7 T Fs v L. Miser ~ ature / C9Nrl~f}GT .~A/j7(~r//S7~'AT~ Teloohona Title 9 0 s a 0 V v 0 w c E E 0 r v 0 INSURANCE CERTIFICATE RECEIVED.OC-T "i 1986 This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This Certificate shell remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the cert ificate holder, whichever date shall first occur. This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies listed is subject to all the terms of such policies. NAME AND ADDRESS OF CERTIFICATE HOLDER City of Denton 901-B Texas Street Denton, Texas 76201 ATTN: Purchasing Division OF THIS CERTIFICATE TeXaS EMPLOYeRS InSURanCe ASSOCIaTIon Texas EmPLOYe RS InoemnI1TY company SMPLOYeRS Ca SUaLTY company EMPLOYeRS NSTIonaL Ins URance company EITIPLOYeRs Ca Sua LTY CORPORaTlon EmPLOYeRS NaTIOnaL InsURance CORPORarlon EMPLOYeRS OF Texas LLOYD'S NAME AND ADDRESS OF INSURED Don L. Owen Painting Contractor, Inc. 316 We Simonds Road Seagoville, Texas 75159 u i u E 0 v 0 (Typed) William F_ Arrinotnri_ 0SM INSURANCE IN FORCE LIMITS OF LIABILITY NOT LESS THAN I Expiration Each Perm Each Acodent Data Per Palk, STATE AND Rind Pelicy Number Pe. P.I Pre.i.,lem I' r Peliry Previi enr or ARRreaete LOCATION OF OPERATIONS from 1 Fully Cemplies With Requirement, of ' ti Texas Wo'ken Compensalien Law ? I Disease Only Disease Only STATE OF TEXAS E 3 w And Thereof Renewal See Heading $100x000 $100,000 $500,000 Item 2 Ceramge Fully Complies With Requirements 6 Part 1 f $eale Law d V -a Disease Only Disease Only o d. +r Cereroga 3 w Pa011 And Renewal Sae Heading $100,000 $?00,000 $500,000 Item 3. ° Bodily s s $ C mb TTiTe ~ 0 u ^ 1^lu'Y 511824 )MX 500 s 000 Pcls nly U.S.A.. ITS TERRITORIES OR c a E Property And Renewal R Blank - POSSESSIONS AND CANADA U Damage Thereof See Heading X X X $ Single $ Limit Item 4 $ $ Not r e ,y P Injury 605491 500,0 0 Combine Applicable U.S.A.. ITS TERRITORIES OR a J Property And Renewal If Blank - _ Ing a Net POSSESSIONS AND CANADA Damage Thereof Sae Heading X X X $ Limit Applicable $ $ Excess 654117 3-5-87 1,000,000 Limit of Lability following Liability And Rene I « lank - form of u lerlying jimary cov erage. Th..f s heading $ Item 6 $ S $ And Renewal If Blon4 Thereof See Heading S S $ REMARKS Workers Compensation certificate to follow under separate cover. 01/1120/rel CERTIFICATE OF INSURANCE RECEIVED OC 22 3 1930 THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy of policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies will mail ten (10) days' written notice to the party to whom this certificate is addressed, NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: October 23, 1986 F_ REMARKS: City of Denton Bid # 9655 901-B Texas St. Denton, TX 76201 L Attn: John J. Marshall, C.P.M. Purchasing Agent I NAME ANN ADDRESS OF INSURED: Don L. Owen Painting Contractors, Inc. 316 W. Simonds Road, P.O. Box 457, Seagoville, Texas 75159 Insurance Company Type of Insurance Policy Effective Expiration LIMITS OF LIABILITY' Nu Number Date Date Workmen's Compensation Statutory and To follow u der separate cover. Employers Liability Employers Liability Limits-5100,000 Comprehensive Combined General Liability + Single Limit 5500,000 Each Occurrence Aggregate Products S Included & Completed Operate Employers Casualty 511824 3-5-86 3-5-87 MMUREM Company 5 xft1rYrtxW"0@ s Included Aggregate Operations S Included Aggregate Protective $ Included Aggregate Contractua aggregate erooucts 5 Included & Completed Operan Comprehensive om ne ng MULANCIPM Limit Automobile Liability" $ xgpAkftf&~Xx Employers Casualty 4 86 3 5 87 5 3 $ 900-000 Each Occurrence Company 91 605 - - - - ff&J0ia{i16II Employers National Umbrella $1,000,000 Limit of Insurance Company Liability 654117 3-5-86 3-5-87 liability following form of underlying primary coverage. 'Absence of any appropriate entry means no such insurance is in force. NAME AND ADDRESS OF AGENCY : 'Covers all owned, non-owned or hired vehicles. Employers Insurance of P. O. Box MOM (214) 580-7938 01/1120/rel 11141, 11 / (1g.11.i~fipArrington, DSM PHONE NU"mEP. OF AGENCY Authorized Heprese esentabves or the Insurance Companies referred to abov PRODUCER Perry W. Smith P.O. Box 152009 Irving, Texas 75015-2009 RECi I ti . Z (3 (Ji3V. INSURED Don L. Owen Painting Contractor, Inc & Patti-O-Painting 316 W. Simonds Rd. Seagroville, Texas 75159 10-24-86 mw THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE LETMTEFNY A Twin City Fire Insurance Company COMPANY LETTER B COMPANY LEI-TER C COMPANY D LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT 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 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY FXPIRATJON LIABILITY LIMITS IN THOUSANDS LED DALE (MMIDDM') PATE (MMNUIYY) EACH AGGREGATE I OCCURRENCE I G ENERAL LIABILITY BODILY COMPREHENSIVE FORM INJURY $ ,V $ V PREMISES/OPERATIONS UNDERGROUND PROPERTY DAMAGE $ $ EXPLOSION 8 COLLAPSE HAZARD PRODUCTS/COMPLETED DEFEAT IONS CONTRACTUAL Bid PD CC C $ COMBINED `P INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY &xnLY ANY AUTO INJURY IPER PERSO111 $ ALL OWNED AUTOS (PRIV PASS) EOTLY O1HER THAN ALL OWNED AUTOS PRIV PASS aJURY (PER AWDENR $ HIRED AUTOS PROPERTY NON OWNED AUTOS DAMAGE $ GARAGE LIAMIEHY BI 8 - COMBINED $ EXCESS LIABILITY UMBRELLA FORM BI a PD CC $ $ COMBINED OTHER THAN UMBRELLA FORM P ' STATUTORY WORKERS COM ENSATION AND $rnn (EACH ACCIDENT) A EMPLOYER ' LIABI ITY 71 WZ VD6709 7-5-86 ]-5-8] $ (DISEASE-POLICY LIMIT) S L $ (DISEASEEACH EMPLOYEE) "on OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS State of Texas City of Denton 901-B Texas Street Denton, Texas 76201 Attn: Purchasing Division SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 'I DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. REPRESENTATIVE 1 (f ~/~I I_tw 4 original bonds executed PERFORMANCE BOND STATE OF TEXAS COUNTY OF Collin ) KNOW ALL MEN BY THESE PRESENTS: 316 W. Simonds , of the City of Bond # 068157 That Don L. Mn Painting Contractors, Inc. Seagoville County of Dallas , and State of Texas as PRINCIPAL, and International Fidelity Insurance Canpany 24 Camerce Street, Newark, NJ 07102 , 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 THIRTY FIVE THOUSAND FIVE HUNDRED AND NO CENTS Dollars 35,500.00 ) 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 9 day of October , 19 86 , for the construction of Painting Peach St. Water Tank which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder, IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 21st day of October 19 86 Don L. Owen Painting Contractors, Inc. Principal By f- Dori L. Owen International Fidelity Insurance Co. Surety Title President Address 316 W. shunds Seagoville, Texas 75159 Title Attorney-in-Fact Address 24 Counerce Street Newark, New Jersey 07102 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Agents Bond Connection Agency, Inc. 101 E. Park Blvd. Suite 1021 Plano, Texas 75074 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b 4 original bonds executed PAYMENT BOND STATE OF TEXAS COUNTY OF Collin Bond 068157 KNOW ALL MN BY THESE PRESENTS: That Don L. Mn Painting Contractors, Inc. 396 W. Simonds _ of the City of Seagoville County of Dallas and State of Texas as principal, and International Fidelity Insurance Company 24 Camrerce Street, Newark, NJ 07102 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 THIRTY FIVE THOUSAND FIVE HUNDRED AND NO CENTS _ -Dollars ($35,500.00 ) fot the payment whereof, the said Principal and Surety hind 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 9th day of October , 19 86 Painting Peach Street Water Tank 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 21St day of October , 19 86 Don L. Omen Painting Contractors, Inc. Principal By Don L. Owen International Fidelity Insurance Co. Surety ~ 6L. B. Whitworth Title President Address 315 W. Simonds Seagoville, Texas 75159 (SEAL), The name and address of the Resident Agent of Surety is: Agents Bond Connection Agency, Inc. (SEAL) 101 E. Park Blvd. Suite 1021 Plano, Texas 75074 PB-4 0092b Title Attorney-in-Fact Address 24 Carmrce Street Newark, New Jersey 07102 4 original bonds executed Bond 068157 MAINTENANCE BOND STATE OF TEXAS COUNTY OF Collin KNOW ALL MEN BY THESE PRESENTS: THAT Don L. Mn Painting Contractors, Inc. as Principal, and International Fidelity Insurance Co. 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 THREE THOUSAND FIVE HUNDRED AND FIFTY DOLLARS Dollars ( 3,550.00 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 Don L. Mn Painting Contractors, Inc. has this day entered into a written contract with the said City of Denton to build and construct Painting Peach St. Water Tank 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. 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 Don L. Ogren Painting Contractors, Inc. as Contractor and Principal, has caused these presents to be executed by and the said International fidelity Insurance CuTpany as surety, has caused these presents to be executed by its Attorney-in-Fact L.B. Whitworth and the said Attorney-in-Fact has hereunto set his hand this 21st day of October , 19 86 . SURETY: Internatio 1 id1eli; surance o. BY: 1 . A . 1 WOrtF Attorney-in-Fact 0093b PRINCIPAL: Don L. Owen Painting Contractors, Inc. 316 W. Simonds, Seagoville, Tx 75159 HB-2 •TEL. (201) 6244200 POWER OF ATTORNEY International Fidelity Insurance Company HOME OFFICE: 24 COMMERCE STREET Ob8157 NEWARK, NEW JERSEY 07102 BOND NO. 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. Damian, Jr., L.B. Whitworth, Jeanie Williams and Cheryl L. Humphrey, Plano Texas its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature hereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, 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, as fully 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 may be certified to and may be revoked, pursuant to and by authority of Article 2, - Section 3, of the By- laws adopted by the Board of Directors of International Fidelity Insurance Company at a meeting called and held on the 23rd day of December, 1968. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the 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 resolution of the 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 may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 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 1st. ~\~EUTY INSG,p ~ yyYOR ',1 O$EAL day of May A.D. 1952 2 1904 a/ O lEas~ STATE OF NEW JERSEY It County of Essex Executive Vice President On this 1st . day of May 1982,, before me came the individual who executed the preceding instrument, to me 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. • A" • • Hqq IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal • . 9 . at the City of Newark, New Jersey the day and year first above written. VOU B ),.IG f ° . Notary Public ',,'y~'., • j My Commission Expires April 14, 1988 JV ; IE C(`~V CERTIFICATION I, the undersigned officer of International Fidelity Insurance Company do hereby certify and that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this 21St day of October 19 86 Assistant Secretary DATE October 7, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9654 Janitorial Service RECOMMENDATION We recommend this bid be awarded to the low bidder, including all eleven locations, to Pedus, for the yearly total amount of $109,176 00 Paid monthly SUMMARY This bid was first bid and received on August 26, 1986 but was rejected, because evidently some items were not clearly understood and there were different interpreta- tions, therefore a big difference in prices We re-bid and received three bids as shown We will be furnishing the paper goods as we have in the past The tabulation shows the totals without the papergoods BACKGROUND Tabulation Sheet (Item 1-11 totals underlined) PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Building Maintenance FISCAL IMPACT Budgeted item 1986-87 Respectfully submitted Lloyd V Harrell City Manager Prepared by //Na o n Marshall Title Purchasing Agent Approved an oh Marshall +I DIIn/'Vzc'nn Anan+ ~ ,p m v r u'I i it r] ~ a I g~ m m I I -I m ~ v o a I la 1 m I 1 I I I I x r -J I c I N z s o cr] x x m s~ s 9 r . I - i ~ 4 I ` m m x tJ"! ~ n~ T x m m i T a i T T R'' m r n r r +n m z~ S a 3 N r m u] x a c ~ z m T I -I n - l m ~ s m r ul 1 n _ I,nn o ~ S ; ~ m a x i n m z i ' n c r i s =J v m i m x'' -m i i - s n n ~ ~ I m u] m T i I Z i I 9 I I I I 1 1 _ _ I I 1 I n n N I < I r c+ r b .O Ia O m N i P J1 la I ~ I T y r V ~ u I ~ f) l i ~ ? r r -[i i 7] O I '3] " T+ x , 4 v UI V ] P P + rJ VI it V ; I ] ti S O - - ^ O C^ O N I O O O C O~ 0 0_ - - - - - - - - - I 1 - I I I I m + I G I = S I m I x r a w a I - O l r 1 9 1 ° C] Y m r f i s i a u] G 1 1 4 O j I O I I N I r N N I < I m N IY! '^3 i P 1 hJ m O 1 K y 9 IJI O 1 m f 11 +J i 1 r p I ~ O I 'O ! N V P VI i w N 411 O P . G 6 O O GI [.II L11 V g 4(I UI O O O O O O O O O O O O I I ' ' 1 I I 1 1 I J < I 00 y 5A V L~ r r 41 2 V I Z 1 T ' V +J r .p m p r N CO ^ I 4 I o m N r I ~ y ~ I y P O ` t O P 411 i i I I O _ G^ O O= 0 00 p t O O O O= 0 I O I O I m I a 1 1 O 1 I o 1 1 S I I I I I I I CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON 9~7 -Z-0 p THIS AGREEMENT, made and entered into this 9 day of OCTOBER _ A.D., 19 86 , by and between THE CITY OF DENTON 901-B TEXAS ST. DENTON. TEXAS 76201 of the County of DENTON and State 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 _ PEDUS BUILDING SERVICES, INC. _ 10529 OLYMPIC DRIVE DALLAS, TEXAS 75220 (214) 350-6895 of the City of DALLAS , County of DALLAS and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9654 JANITORIAL SERVICES FOR THE FISCAL YEAR_12a -87 P.O.# 75728 for $109,176.00 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 f, t written explanatory matter thereof, and the Specifications therefore, as prepared by 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. /ATTEST: THE CITY OF DENTON, TEXAS 'arty of ;fie First Part, LLOYD V. HARRELL, CITY (SEAL) ATTEST: r VAGER PEDUS BUILDING SERVICES, INC. Party of the c d art, CONTRACTOR By iC. T tleDivis'on Manager (SEAL) APP VED AS TO FORM: City Attorney CA-2 0044b BID 9UMBER yow t51U F KVFaV5AL5 Page 1 of 19 oM DESCRIPTION QUAN. • PRICE AMOUNT FACILITY *PRICE EACH ITE11 BELOW SEPARATELY & LIST HERE* City Hall, 215 E. McKinney (minimum number of hours per week (60) . (PIonday, Tuesday, i•:ednesdav, 12 mo. 3,098.2 37,179. Thursdav, Sunday) Police Center, 221 1% Elm (minimum number of hours per week (56). (Ilondav, Tuesday; Wednesdav, Thursdav, Friday, Saturday, Sunday) 12 mo. 1,491.0 17,892. Personnel/Data Processing Center, 324 E. :1cKinney (ninirlun number of hours ner week (16) ("Iondav, Tuesday, Wednesda-, Thursday Fridav) 12 mo. 355.0 4,260. , Service Center, 901 Texas Street (minimum number of hours ner week (43). (llonday, Tuesdarr, Wednesda.7 Thursday, Friday) 12 mo. 1,098.0 13,176. Vehicle "aintenance Center, 804 Texas Street (minimum number of hours per week (3.5). 12 mo. 85.0 1,020. (PIondav, Tuesday, Wednesdav, Thursdav, Friday) Visual Arts Center, Bell & Hickory Avenue (minimum number of hours ner week (22). (Monday, Tuesday, 12 mo. 654.0 7,848. Wednesdav, Thursday, Friday) Civic Center (dav time),.321 E. I4cKinnev (minimum number of hours ner week (24). (Monday, Tuesday, 12 mo. 827.0 9,924. Wednesda17, Thursday, Fridav, Sunday) Senior Center (day time), 509 Bell (minimum of hours per week. (18). Ulondav, Tuesday, Wednesday 12 mo. 347.0 4,164. Thursdav, Friday, Sunda,r) Denia Recreation Center (day time), 1001 Parvin (rtininum number of hours ner week (24). 12 mo. 647.0 7,764. (Monday, Tuesday, Wednesday, Thursday, Friday, Sunday) . 'Torth Lakes Recreation Center (day time), 2001 T•7. Windsor (minimum number of hours ner week (16). 12 mo. 432.0 5,184. Olondav, Tuesdav, Wednesda•r, Thursday, Sunda,) . Enc*ineerinq/Trarfic Control (minimum number of hour ner week (3.0). (Plondav, Tuesda-, T,ednesdav, 12 mo. 63.7 765. Thursdav, Friday) . Paner goods (toilet paper, seat disnenser paver, naner towels) 12 mo. 1,214.0 14,569. TOTALS 12 mo. 10,312.0 123,745. We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. 10529 OLYMPIC DRIVE FMIIInp Addrw DALLAS. TEXAS 75220 City state zip PEDUS BUILDING SERVICES, INC. aldmr r Merrietta Freemaasnatur. 21 4_'2Fn_(,Ag5 Talapnone DIVISION MANAGER Tina BID, . TMER 9654 BID PROPOSALS Page 2 of 19 TEM DESCRIPTION QUAN. PRICE AMOUNT TOTAL ANNUAL BID 5% Bid Bond or Certified Check in the amount of $ 6,187.25 enclosed. NOTE: This contract will run from date of award through Seotenber 30, 1987, with a one (1) vear extension under the same terms, conditions, price, etc., if agreeable with both narties. For on site inspection of facilities, contact Bruce Henington, Civic Center (817) 566-8270, to nake an appointment. TOTALS We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. DRIVE Melling Address; DALLAS, TEXAS 75220 City state zip 214-350-6895 Teiopnone ERVI Bidder Signature DIVISION MANAGER Tltte BILD NUMBER 9654 BID PROPOSALS Page 2A of 19 The awarded contractor will comply to the following requirements. The contractor will provide: 1) A list of employees (by name) who will work at the City of Denton. 2) Beside each name, list their auto insurance company if they will be using their autos to transport paper goods, equipment, or other equipment on City property, public streets, and roadways. 3) A list of supervisors' names, telephone numbers. 4) A nightly supervisor's report to the operation superintendent each day. 5) A weekly, monthly, quarterly, and annual job assignment schedule before beginning the contract. Schedule form will be provided by the City. 6) A list of employees who will have keys/cards for entering buildings and for what buildings. The contractor should be aware that if the City chooses to provide paper goods, the goods will be delivered to one central location (the Civic Center). The contractor can check out paper goods as needed each day from that one location. The Citv will be responsible for stocking only that one location. The contractor should be aware that the quality of cleaning will be evaluated (at least monthly) by several City employees. This evaluation will be sent to the contractor and a City director through the operations Division. The contractor will totally maintain any City floor scrub machine if he or she chooses to use that particular machine. The contractor shall insure that daytime staff and supervisors can speak, read, and write fluent english. We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. 10529 OLYMPIC DRIVE Mailing Address DAIIAS, TEXAS 75220 City state Zip 214-350-6895 PEDUS BUILDING SERVICES, INC. Bidder , Signature ' DIVISION MANAGER Title .840,NUMBER `V~54 SPECIFICATIONS Purchasing Department City of Denton, Texas JANITORIAL SERVICES BID WORK SHEET (Please complete and submit with Bid) Payroll for All Facilities 1. Productive Manhours 2. Leadman Manhours 3. operations Manager Manhours 4. Paid Leave Manhours 5. Profit-Overhead Page 3 of 19 Wage Manhours Rates - Totals x Wage Wa e 1 Rate Rate ~ _ $ 484 _ 824 $16 g 3.472 x . . 11182 x Wage Rate $ 9.00 = $ 10,638. x Wage Rate $ _ $ $-4,586. Total Payroll Manhours 19,986 Total Payroll Amount $ 87.009. Eauipment and Supplies for All Facilities 1. Janitorial Supplies Cost $3800, 2. plastic Bag Liners Cost $ 3800. 3. Equipment Depreciation and Maintenance Cost $3800. Total Equipment and Supplies Cost $11,400. Subcontrac`inq Cost for All Facilities 1. Window Cleaning 1,310. ) x 4 = $ 5240. 2. Carpet Cleaning (Annual $ 5527_ Total Bid for All Facilities $109,176. BID NUMBER 9654 SPECIFICATIONS Page 4 of Purchasing Department City of Denton, Texas JANITORIAL SERVICES I. SUPPLIES & EQUIPMENT: A. The successful bidder will agree to provide all necessary cleaning supplies and equipment as may be required to perform the cleaning assignments as outlined in the bid specifications such as: 1. Equipment for floor care 2. Cleaning supplies 3. Custodial tools 4. Laundered material such as dust control mops and uniforms 5. Safety devices 6. Plastic trash can liners 7. Paper towels/toilet paper B. All such supplies and materials shall be of the highest quality. No additional charges shall be made for these items. II. INSURANCE & TAXES: The successful bidder will agree to: A. Carry employer's insurance: 1. Workman's Compensation-Statutory Requirements 2. Comprehensive/General Liability a. Bodily injury $300,000 b. Property Damage $100,000 3. Comprehensive/Auto Liability a. Bodily injury $250,000 b. Property Damage $100,000 B. Make all necessary required federal, state, and local reports, records, and payments in connection with social security, unemployment insurance, and other charges and taxes. C. Withhold from payroll such amounts for insurance and taxes as may be required by federal, state, or local governments with respect to all persons employed by the successful bidder in connection with the maintenance and operation of the facility. D. Promptly furnish the certificate of insurance upon request. 19 -13W NUMBER 9654 SPECIFICATIONS Page 5 of 19 Purchasing Department City of Denton, Texas E. Cover employees connected with the maintenance of the facility with a blanket fidelity bond in the amount of $75,000.00 III. LENGTH 6 TERMINATION OF CONTRACT: A. The City shall have the right to cancel all or any part of this contract at any time on thirty (30) days written notice. B. The successful bidder shall have the right to cancel this contract at any time on ninety (90) days written notice. C. If this contract is not cancelled as herein provided, it shall begin as of date of award, and terminate on September 30, 1987. If both parties agree, the contract may be extended for an additional one year period. IV. SERVICE SPECIFICATIONS: Cleaning standard shall be defined by the Building Service Contractors Association as "Prestige Cleaning" for office areas and "Adequate Cleaning" for service areas. A. Nightly services for offices, reception areas, lobbies and corridors. (Police Center shall receive 7 days per week service.) 1. Sweep entrance of building including outside steps and police immediate outside areas 2. Vacuum entrance mats 3. Clean all glass in doors and office partitions inside and out 4. Dust mop all hard surface floors with treated dust mops 5. Damp mop areas such as restrooms, coffee rooms, kitchens, etc. 6. Vacuum carpets, spot clean as needed 7. Sweep all steps and landings 8. Empty all waste receptacles and place trash in proper location 9. Empty and clean ashtrays 10. Properly dust all desks, chairs, cabinets, window sills, etc. 11. Clean glass top desks, polish wood or plastic top desks. w - n8 Of l ISSUE DATE (MMIDD/YY) p 1 ® 10/14/86 fg 11 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. JOHNSON & HIGGINS 2029 CENTURY, PARK E. COMPANIES AFFORDING COVERAGE LOS ANGELES CA 90067 , TEL: (2131552-8700 COMPANY A ILLINOIS INSURANCE EXCHANGE LETTER COMPANY B UNITED NATIONAL INSURED LETTER PEDUS BUILDING SERVICES, INC. LETMERNY C ALLIANZ INSURANCE CO. ST . 3500 WEST FIRST CA 90004 LOS ANGELES COMPANY D , LETTER Attn: Ariri Cook COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY OTWITHSTANDING ANY REQUIREMENT , N Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI. BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED B TIONS OF SUCH POLICIES. POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS CO LTR TYPE OF INSURANCE POLICY NUMBER DATE (MWOOM) DATE (MWDOM) EACH AGGREGATE OCCURRENCE GE NERAL LIABILITY BODILY COMPREHENSIVE FORM INJURY $ W $ A X X PREMISES/OPERATIONS A) DOL 04068 3/1/86 3/1/87 PROPERTY UNDERGROUND DAMAGE $ $ EXPLOSION R COLLAPSE HAZARD CT COMPLETED OPERATIONS B) XTP 13823 3/1/86 3/1/87 B X PRODU S/ BI & PO $ SOO $ 1,500 X CONTRACTUAL COMBINED X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY RM'LX NIURY X ANY AUTO FEET FENTIN) $ C ALL OWNED AUTOS WRIV PASSI BA 584 423 3/1/86 3/1/87 ~IIY ALL OWNED AUTOS (OTHER THAN) (PET AMD919 $ PRIV PASS IIIRED AUTOS PROPERTY DAMAGE $ NONOWNED AUTOS GARAGE LIABILITY BI B PO COMBINED $ 1,000 EXCESS LIABILITY BI & PIT D I $ $ UMBRELLA FORM COMB NE OIHER THAN UMBRELLA FORM - STAT UTORY , WORKERS' COMPENSATION $ (EACH ACCIDENT) AND $ (DISEASE POLICY LIMIT) EMPLOYERS' LIABILITY $ (DISEASE-EACH EMPLOYEE) OTHER I DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ' MAIL 30 DAYS FlIyyTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 215 E. McK INNEY LEFT. BUT FAIIUR JAAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY DENTON, TX 76201 OF ANY KIND UP VVV _NHH COMPANY, ITS AGENTS OR REPRESENTATIVES. !/yU,THORIZED R`E/ NT TIVE C ®fC PRODUCER JOHNSON & HIGGINS 2029 CENTURY PARK E. LOS ANGELES, CA 90067 TEL: (2131552-8700 INSURED Pedus Building Services, Inc. 3500 W. First Street Los Angeles, CA 90004 THIS IS TO CER CITY THAT POLICIES ( NOTWITHSTANDING ANY REOUIREME BE ISSUED OR MAY PERTAIN, THE IN'. TONS OF SUCH POLICIES CO TYPE OF INSURANCE LED GENERAL LIABILITY COMPREHENSIVE `OHM PHEMIS`SIOPEHATIONS UNDERGROUND FXPLOSION A COLLAPSE HAZARD PRODUCISICOMPLE TED OPFRAIIONS CON I RAC RIAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONALINJURY AUTOMOBILE LIABILITY ANY AUTO ALL OWNFO AUTOS lPRIV PASS) ALL OWNED AUTOS OTHER THAN) RIV PASS 14IRFD AUTOS NON-OWNLD AUTOS GARAGE TAMIL I IN EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER FTnployee Dishonesty E a 1 A ~~J- RYSIC~LtlS~. 1 .~u L~>~Yt'~3t DATE (MMIDDIYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ! COMPANIES AFFORDING COVERAGE COMPANY A IETTER Federal Insurance Co. COMPANY B LETTER COMPANY LETTER C 1 COMPANY D LETTFR COMPANY E LETTER F INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAI ED. Nl, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY ;URANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- POLICY EFFECTIVE PDT Try EXPIRATION LIABILITY LIMITS IN THOUSANDS POLICY NUMBER DATE (MMN A`H DATE IMMMON I FAGH AGGREGATE OCCURRENCE BODILY i INJURY $ $ PROPERTY DAMAGE $ $ 818 PD mm `P C $ COM81NED PERSONAL INJURY $ 8114-25-27 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS City of Denton 215 E. McKinney Denton, Texas 76201 RfCIY 14JUI0 1 INERUnWNI $ oror INARY 'Po IYn ATLIDUJI $ PROPERIN DAMAGE $ 81&ED COMBINED $ 81 & P ) COIFF W $ STATUTORY $ f`nCH AGCIDCNU $ IOISEASF-POLICY LIMIT) I$-- IOISEASE-EACIIFMPLOYEE). 10/12/86 110/12/87 I $75,000.00 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 15 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES •~iii~ .acre. L INSURANCE CERTIFICATE Employers Insurance of Texas P. 0. Box 152009 Irving, Texas 75015.2009 This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date shall first occur. This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies listed is subject to all the terms of such policies. NAME AND ADDRESS OF CERTIFICATE HOLDER City of Dallas 901B Texas St. Denton, TX 76201 NAME AND ADDRESS OF INSURED Pedus Building Services, Inc. 3500 W. First St. Los Angeles, CA 90004 Texas EmPLoYeRs Ins URanCe AssoClaTion Texas EmPLoYeRs InoemnlTY company EmPLoYeRs CaSUaLTY company ETTIPLOY@RS NaTionaL InSURance Company EMPLOYeRS CaSUaLTY CORPORaTIOn EMPLOYeRS NaTlonaL In SURance CORPORaTIOn EMPLOYeRS OF Texas LLOYOrs 1 d 0 c E E r v v 0 c L ~~~u (Typed) William E. Arrin ton INSURANCE IN FORCE LIMITS OF LIABILITY NOT LESS THAN t Expiration Each Prison Each Aaidem Data E l Per Policy O STATE AND Kind Policy Number ter eyee) mP Per Pellry Previdem I pr <wnen<e) Per Polay it or Or Aggregate LOCATION OF OPERATIONS Item I Covera a F Fully Compiles With Requirements of ' 6 Part Texas Worker, Compensation Law g 05221 12-3-86 Di O l Di O l U ` n y sease n y STATE OF TEXAS g Cov' 3 Part l An Thereof a1 Sae Hleading $100,000 $100,000 $500,000 It.. R Coverage Fully Complies With Requirements o Par' I of State Low s ? a ~ Disease Only Disease Only < a a -E Coverage 3 w Parlll AnTereof Renewal SeIf Blank - e Heading $100,000 $100,000 $500,000 Item 3 Bodily $ S $ a 6u o Injury Products Only U.S.A. ITS TERRITORIES OR n o c Properly And Renewal If Blank - POSSESSIONS AND CANADA O u° Damage Thereof See Heading x x x $ $ Item 4 Bodily $ $ Not ° y 2 Injury Applicable U.S.A. ITS TERRITORIES OR S ° _ POSSE SIONS AND CANADA a u Property Damage And Renewal Thereof If Blank - See Heading x x X $ Net Applicable Item S $ $ $ And Renewal - If Blank - Thereof See Heading $ $ $ Item 6 S = $ And Renewal If Blank - Thereof See Heading $ $ $ REMARKS Excludes Masters and Members of the Crews of Vessels. ISSUED AT Dallas, Texas 01/1120/jg TECO 17993 )4-1-84)