Loading...
1985-1950923L NO LL~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and city ordinanes, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, and WHEREAS, section 2 36 (f) of 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 chat 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 9445 W F Harrison 298,166 40 9493 Calvert Paving 1151850 1 68 9510 Jo Storer 56,241 00 9513 G & S Sandblasting 114,054 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorzied to excecute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such PAGE ONE, 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, quantitates and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 1st day of October, 1985 1 I ARD 0 STEWA T, MAYO CIT OF D NTON, TEXAS ATTEST 9 CHARLOTTE ALLEN, CITY SECRETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY ,I PAGE TWO DATE October 1, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9445 MCKENNA PARK BOOSTER PUMP RECOMMENDATION We recommend this bid be awarded to the lowest responsible bidder, W F Harrison, in the amount of $298,166 40 SU144ARY This bid is for the purchase of a high service pump station to serve the northwest Denton area The bid includes the buildings, pump and all control apparatus associated with the complete installation BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Water Production Capital Improvements FISCAL IMPACT Water & Sewer Bond Account Number 623-008-0460-9101 Work Order 7934 Respectfully submitted Rick Svehla Acting City Manager epared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved e n J Marshall, -P MM tle Purchasing Agent CITY OF DENTON DEPARTMENT V- WATER AND WASTE WATER PROJECT: Mckenna Park High Service Pump Station CONTRACT: Bid 09445 Contract dated 3-10-85 OWNER: City of Denton CONTRACTOR: W. F. Harrison Construction, Arlington, TX CHANGE ORDER: #1 DATE: 4-14-86 C.O. #I Reduction items 1,2,3, per attachment -$2,005.50 C.O. #1 Addition item 4 2.47 cuyd concrete + 988.00 C.O. #1 Addition item 5, 12" by passline + 16,172.12 (See attachment) Net increase C.O. #1 $ 15,154.62 PREVIOUS CONTRACT AMOUNT: $298,166.40 NET (INCREASE) " IN CONTRACT AMOUNT: +15,154.62 REVISED CONTRACT AMOUNT: 313,321.02 REVISED CONTRACT TIME OF COMPLETION: May 11, 1986 (original) May 298(C.0. 4k1 Revised) RECOMMENpEp Slf G'. ASST.. OR. F UTILITIES DIR. OF UTILITIES APROVED 51/: LA)L CON ACTOR ryR 64 Clly so OIMM C.O. #1 Mckenna Park High Service Pump Station Bid # 9445 1. Delete item 5, Qty 1 std fire hydrant 1,192.00 2. Delete item 4, Qty 1, 6" Gate valve - 260.00 3. Reduce item 9, Qty 1, tie in by 50% - 553.50 of $ 1,107.00 Total Reduction item 1,2,3 2,005.50 4. Add 2.47 cyd of ext ra concrete @ $400/yd. to raise vault by 2 feet to meet field condition + 988.00 5. Add work as shown i n c.o. #1 Drawing- 12" by pass line-& as listed below + 16,172.12 Materials: 1-12" x 20" reducer $ 1,200.00 4-12" Bolt set 76.00 2-12" G-V Flg 1,102.00 2-12" 450 Bend 312.00 2-12" Uniflg 300.00 1-12" Solid Sleeve 150.00 1-12" x 16" Tee (MJ x Flg) 550.-00 16" Solid Sleeve 413.00 DIP 1 2" pipe as necessary 400.00 Concrete/sand/poly wrap 200.00 Check valve vault 8,544.00 Z 12" G-V Flg. on section line 801.00 Total Material $14,048.00 Labor & Equipment 1,000.00 Overhead 535.20 Profit 588.92 Total item 5, c.o. #1 $16,172.12 Total additional amount items 4 & 5 $17,160.12 Orignal contract completion time May 11, 1986. Revised contract Completion time May 28, 1986. STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT g5 - lq5 THIS AGREEMENT, made and entered into this 3 day of October A.D., 19 85 by and between The City of Denton, Texas of the County of Denton and State of Texas, acting through Rick Svehla. Acting City Manager thereunto Party of the First Part, hereinafter termed the OWNER, duly authorized so to do, and W .F. Harrison Construction Co.. Inc. P.O. Box 171145. Arlington Texas of the City of Arlington County of Tarrant 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 #9445 - McKenna Park High Service Pump Station Purchase Order #70423 for $298.166.40 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 The Citv of Denton and Hogan & Raso~;- Inc , 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: P/~ 01 , e C APPROVED AS TO FORM: /io City Attor / y CA-2 0044b By Rick Svehla Acting Citv Ma (SEAL) By -v~ y 1 "Co Inc-.- PRACTOR`_ Herbert D. Harrison, President (SEAL) PERFORMANCE BOND STATE OF TEXAS COUNTY OF-Qe A ) ( KNOW ALL MEN BY THESE PRESENTS: That tj k I gu V be'( g M (Ck &T Q0,,,, ~S~' , of the City of Arm- ktwlq+wl County of "rlet~caw't , and State as PRINCIPAL, and Ime.ican Sfofes Insurance Compony 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 c A-\ A ` 2c w-Vu"~ as OWNER, in the penal sum of _Two Hundred Ninety-Eight Thousand One Hundred Sixty-S'ix'-and 40/100 Dollars ($298.166.40 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the day of b w , 19 SS for the construction of , Z 4. - q'-t `t 5 M ~K v: v►a Q7tt 5 is Pu w, r~[~LLTI~ Q,a,u i~a c o WA e e -JtF 7 0 L+ a-2-, 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 DPCK').n 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 W sealed this instrument this By Title { i(t ~i • ~tw * i~ c Ad ie''"Z.?.50 yjoy, (711't5 a4~~~w,y e,, :~4 a1 `7 (0OD3 (SEAL) the said P{incipal and Surety have signed and day of O LAo be v- , 19 9K . American States Insurance Zom-ALA 'c Surety wrK.~ lD bb Title ~`~OVLtgw ~w~ ~4t Address BBBB Il16URAMCE ercNCY 1101 SUNDIAL DRIVE "214/231-8384 (SEAL) The name and address of the Resident Agent of Surety is: COBB INSURANCE AGENCY 1101 SUNDIAL DRIVE Robert Cobb RICHARDSON. TEXAS 75081 214/231-8384 NOTE: Date of Bond must not be prior to date of Contract. P B-2 0091b PAWIENT BOND STATE OF TEXAS COUNTY OF D~T~nL. of the City of ~K,k~kg`{ og County of `riV%ka..,V and Sta>;g_pf_` ~{aS , as principal, and American Sfaies Insurdnce rM- authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto "A.e C%--V'1 6- OWNER, in the penal sum of Two Hundred Ninety-Eight Thousand One Hundred Sixty-Six and 40/100 Dollars 298,166.40 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the. Owner, dated the OK I- day of Q (J*lae 'e , 19 $ S. _jA LKe,% - 9OLK.K N~gln'r6etky~(.P 'Yll.v,+D u~~l~a5c ©or u r '?D'f33 C7 T- -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. KNOW ALL MEN BY THESE PRESENTS: That W F Kt"' L&% AA 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 70% day of To ~OppAc , 19 $ S. `T 4 American Sfafes Insurance Company BY C. C ,t Title -jAddress- (SEAL) l% Aaw~k r'\. Title Surety Robert Cobb rr -J 2 Address CORR INSURANCE AGENCY IQOD~ 1101 SUNDIAL DRIVE n&QN TCVAC 45061 214/231-8364 (SEAL) The name and address of the Resident Agent of Surety is: COBB INSURANCE AGENCY 1101 SUNDIAL DRIVE RICHARDSON, TEXAS 75081 1~P btl 214/231-8364 PB-4 0092b GENERAL POWER OF ATTORNEY American States Insurance Company INDIANAPOLIS, INDIANA KNOW ALL MEN BY THESE PRESENTS, that American States Insurance Company, a Corporation duly organized and existing under the laws of the State of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make, constitute and of R1phnrdgrin and State of Texas its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory provided however, that the penal sum of any one such instrument executed hereunder and to bind the Corporation thereby as fully and to the same extent as it such bonds were signed by the President, sealed with the common seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This Power of Attorney is executed and may be revoked pursuant to and by authority granted by Section 7.07 of the By-Laws of the American States Insurance Company, which reads as follows: "The Chairman of the Board, the President or any Vice-President shall have power, by and with the concurrence with the Secretary or any Assistant Secretary of the Corporation, to appoint Resident Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact as the business of the Corporation may require or to authorize any one of such persons to execute, on behalf of the Corporation, any bonds, recognizances, stipulations and undertakings, whether by way of surety or otherwise" IN WITNESS WHEREOF, American States Insurance Company has caused these presents to be signed by its Vice-President, attested by its Assistant Secretary and its corporate seal to be hereto affixed this 19th day of February A. D. 19 81 n (SEAL) ATTEST: i0 Assist0nt $5/ry STATE OF INDIANA I SS: COUNTY OF MARION } AMERIC ES INSURANCE COMPANY NY By C Y7 C~~~~~1 Ass,stant Vice Pres,dent On this 19th day of Febrary , A. D., 19 81 , before me personally came A.Lanson 'r. AoeL , to me known, who being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Vice-President of American States Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of the Board of Directors of said Corporation: and that he signed his name thereto under like authority. And said Alanson T. Abel furthersaid that he is acquainted with Thomas M. Ober and knows him to be the Assistant Secretary of-said Corporation; and that he executed the above instrument. y ?Al'vtAPL;SSh_,?: Y,PiRES My commission Expires Nota POK, STATE OF INDIANA I SS: COUNTY OF MARION } 1, Thomas M. Ober , the Assistant Secretary of AMERICAN STATES INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which is still in full force and effect. This Certificate may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By-Laws of AMERICAN STATES INSURANCE COMPANY which reads as follows: "All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the president or a vice-president and the secretary or an assistant secretary, whose signatures, if the instrument is duly countersigned by an authorized representative of the Corporation, may be facsimiles. Such signatures and facsimiles thereof shall be authorized and binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy or other instrument of insurance shall have been actually issued by the Corporation." ~ Wwp Iri witness whereof; I have hereunto set my hand and affixed the seal of said Corporation, this day of `'`C' a f , A, D., 19 N F- O I 00 00 W (SEAL) - O~/ Form 9-1659 (8-80) - Assistant S retary CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the Gity of Denton, Owner, minimum insurance coverage as follows: TYPE AF COVERAGE LIMITS OF LIABILITY I. II. III WORKMEN'S COMPENSATION COMPREHENSIVE GENERAL LIABILITY Bodily Injury Property Damage STATUTORY $300,000 Each occurance $100,000 Each accident COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury Property Damage $300,000 Each person $100,000 Each accident $1,000,000 Aggregate $1,000,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with the following limits: BODILY INJURY PROPERTY DAMAGE $300,000 each person $30U,000 each accident $100,000 each accident $1,000,000 aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. #0399c CERTIFICATE OF INSURANCE 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 or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies will mail ten (10) days' written notice to the party to whom this certificate is addressed. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: r REMARKS: City of Denton 901-8 Texas St. Bid ll 9445 Denton, TX 76201 L Attn: John J. Marshall, C.P.M. Purchasing Agent NAME AND ADDRESS OF INSURED: Insurance Company Type of Insurance Policy Effective Expiration LIMITS OF LIABILITY' Number Date Date Workmen's Compensation Statutory and Employers Liability Employers Liability Limits-$100,000 ! - Comprehensive Bodily Injury - General Liability - - $ _ Each Occurrence C Aggregate, -durts $ & Completed Operations' Property Damage $ Each Occurrence $ Aggregate Operations $ Aggregate Protective _ $ Aggregate Contractual Aggregate rroducts $ - & Completed Operations Comprehensive Bodily Injury Automobile Liability" $ Each Person $ Each Occurrence Property Damage $ Each Occurrence 'Absence of any appropriate entry means no such insurance is in force. "Covers all owned, non-owned or hired vehicles. NAME AND ADDRESS OF AGENCY PHONE NUMBER. OF AGENCY . Authorized Representatives of the Insurance Companies referred to above. CI-2 b1U NV. y440 i BASE BID SCHEDULE BID SECTION III Item Estimated Description and Unit Unit Price 'No. Quantity Unit Price in Words In Figures Amount 1. 1 L.S. trlri? C-~-„~ - Yl For furnishing and installing the High Service Pump Station complete with all related appurtenances as outlined in the Special Conditions, Item No. 55, Page SC-16 of the Specifications, complete in place, the sum of Do ars and , Cents per lump sum. 2. 928 L.F. For f u r n i s h i ng and installing 16-inch Ductile Iron Pipe Water Main, Class 50, complete in place, the sum of Dollars and - Cents per linear $ $ 3. 2 Ea. For furnishing and installing 16-inch Gate Valves, complete in place, the sum of % Do ars and Cents per each. $ <4 4. 2 Ea. For furnishing and installing 6-inch Gate Valves, complete in place, the sum of ( .-,'E' - - Dollars and Z Cents per each. P&BS-3 BID NO. 9445 -BASE BID SCHEDULE BID SECTION III Item Estimated Description and Unit Unit Price No. Quantity Unit Price in Words In Figures Amount 1. 1 L.S. 2.. 928 L.F. For furnishing and installing the High Service Pump Station complete with all related appurtenances as outlined in the Special Conditions, Item No. 55, Page SC-16 of the Specifications, complete in place, the sum of Do ars and ?=2~, Cents per lump sum. ,e $ For furnishing and installing 16-inch Ductile Iron Pipe Water Main, Class 50,. complete in place, the sum-of -S , DO I Pars- and - t Cents: per 1 i Weary oot. =5 $ 7~_ J $ i1~7:--~ 5 3. 2 Ea.. For furnishing and installing 16-inch Gate Valves, complete in place, the sum of Do ars and 2 - Cents per each.. e $ 4. 2. Ea. For furnishing and installing 6-inch Gate Valves, complete in place, the sum of c^ Dollars and •Z n.'L Cents per each, e'er' PBBS-3 BID NO. 944; ILem tszimatea Description and nit Unit Price No. Quantity Unit Price in Words In Figures Amount 5 2 Ea. For furnishing and installing standard fire hydrants complete in place, the sum of c•Q= 7 ws t--D Dollars and Cents per eacTi. S 119 Z- S Z 'DeN-ec 6 1 Ea. For furnishing and installing Blow-off Yalve Assembly, complete in place_ the sum of ~N S y, .rte o ars an Cents per- each""-- s. T 2,285 Lb.. For furnishing and. installing-cast iron fittings.. Complete. in place, the sum of 01 Ij -Z o ars an 2 Cents per pouna~ d~ O 8. 35: S.Y.. For removing and. replacing: existing. asphalt pavement complete in plate the-sum of I a Cc~7~o C• s Zz.`j Dollars an - .zo Cents per square yar . f PHS-4 S IlC'7 s~ em stimate Description an nit nit rice No. Quantity Unit Price in Words In Figures Amount Ea. For furnishing and installing connection to existing water main as defined in Special Conditions Item No. 56, Pg. SC- of the Specifications, complete in place the I sum of o ars. an Cents per each. 10 1. L.S.. For performing all work included for the Erosion Repair as outlined in the Plans,. Sheet 6 of 8,. complete,.the-sum of o ars: an z Cents: per lump sum ef' 11 1 L.S. For furnishing and. 16-inch P.C.C.P. closure piece with 16"x45°` outlet,. as shown on Sheet 5 of 8 of the Construction Plans, complete in place, therm of c - CZ- F- 0 ar5. an Z>-,t. u Cents per lump sum BID NU. 944b S 'S ~~c~ ~ cc znCI S 7 5 L-7Z5 P&8S-5 W1W IVV. .7.+.+Q Item Estimated Description and Unit Unit Price No. Quantity Unit Price in Words In Figures Amount 12 1. L.S. For furnishing all plant, labor and equipment necessary for the testing and sterilization of the proposed water mains, complete, the sum of Dollars and Cents per each. c.C1 e~~ $ ~'c! $ Scr'c TOTAL. AMOUNT BID f $ c= c~ 7CC P&BS-6 tilU NU. ~044b The right is reserved, as the interest-of the OWNER may require, to award a contract for this project to a qualified low bidder, or to reject any and all bids and to waive any informality in the bids received. Since the work on this project is being performed for a governmental body and function, the OWNER will issue to the CONTRACTOR a certificate of exemption for payment for the four per cent (4%) State Sales Tax on materials incorporated in this construction project. Each bidder shall include the following information in this proposal. 1. Anticipated cost of materials to be incorporated in the construction of this project. 2. Anticipated cost of labor, profit, and all other costs for this construction project. Cost of Cost of Total Amount Materials Labor, Profit, etc. of Bid co ~ c 3 ego- S 1 `1 Z [ • ! - S _c In connection with the major items of materials to be furnished and installed, the undersigned does expressly agree that the Bid includes the furnishing and installing of materials, furnished by one of the suppliers listed in the specifications as qualified suppliers of the particular item or an approved equal,. and that the particular supplier of equipment which the undersigned proposes. to furnish will be listed in the Schedule of Major Material Suppliers found-below. Schedule of Major Materials - Suppliers 1. Ductile Iron Pipe c t 2.. Cast Iron Fittings. 3. Altitude Valve cis Tr rc° S 4.. High Services Pumps 5. Motors 6.. Reinforced Concrete Pipe 4-- 7. Checkr Valves L`` c 8. Gate Valves r ''II 9. Controls .k 0 N c <CC 10.. Alarms t ' 11. Pump & Control Building z;.11 ?zc) 12. Fire Hydrants_ \r Fr ~e 1;1 u i L E < P&BS-7 13. Fencing L DIU 14. Motor Control Center In the event of the award of a contract to the undersigned, the undersigned will furnish performance and payment bonds for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract with sureties offered by to insure and guarantee the work until final completion and acceptance, and to guarantee payment of all lawful claims for labor performed and- materials furnished in the fulfillment of the contract. 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 and the OWNER. The undersigned certifies that the bid prices, contained in this proposal have been carefully checked. and are submitted as correct and final. NOTE Unit and lump sum prices must be shown in words and figures for each item- listed in this proposal and in the. event of discrepancy, the- words shall prevail. . Receipt.is hereby, acknowledged of the following addenda to the contract documents. Addendum No. 1 dated Received Addendum No. 2 dated Received Addendum No. 3 dated Received Addendum No. . 4 dated Received Addendum No. 5 dated. Received P&8S-8 BID NO. 944: -This is a proposal of , a Corporation organized and existing under the law of the State of or a Partnership, consisting of or an Individual doing business as Seal and Authorization (If a Corporation) l.. BY- (Title) 1-' - - TStreet ress cyan e 7 - 51 eiepnone Number PSBS-9 DATE October 1, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9493 HIGHWAY 380 SANITARY SEWER LINE RECOMMENDATION We recommend this bid be awarded to the lowest responsible bidder, Calvert Paving, in the amount of $115,850 68 SUMMARY This bid is for the installation of approximately 5464 feet of 10" pvc sewer pipe with miscellaneous sewer services and concrete manholes The work will be completed in seventy- five days This project is located on the south side of Highway 380 and runs west from the intersection of 380 and 135 BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Capital Improvement Program Water and Sewer Utility FISCAL IMPACT 1984/85 Sewer Bond Funds Account #624-008-0471-9114 Work Order 9957 Respectfully submitted Rick Svehla Acting City Manager Pared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved tle ~d n J Marsha11 ' C PPMM Purchasing Agent z E5 GQ I O U FC9 lY4 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 2 day of October _ A.D., 19 85 by and between The City of Denton. Texas of the County of Denton and State of Texas, acting through Rick Svehla. Acting City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Calvert Paving Corp.. P.O. Box 268, Denton TX 76202 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 #9493 Highway 380 Sanitary Sewer Line Purchase Order #70421 for $115,850.68 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by Jerry Clark ity FnainPPr , 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- ' ATTEST: Calvert PaVinQ Cor Party of the Second Part, CONTRACTOR Title E.D. Calvert (SEAL) APPROVED AS TO FORM: O . Ci Attorney CA-2 0044b The7'rinity Companies V Dallas, Tcxas 75201 Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. TEXAS STATUTORY PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Calvert Paving Corporation and Security National Insurance Company Dallas, Texas, (Hereinafter called the Surety) as Surety are held and firmly bound unto The City of Denton, Texas (Hereinafter called the Obligee,) in the amount of One hundred fifteen thousand eight hundred fifty dollars & 68/100--------------------------------------------- (Dollars) 115 850.68**-'r ****%r**Nor the payment whereof, the said Principal and Surety bind themselves,and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated thgMd day of October 1985 to Bid #9493, Highway 380 Sanitary Sewer Line Purchase order #70421 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 faithfully perform the work in a ccordonce with the plans, specifications and contract documents, 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 Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on thisbond shall be determined in accordance with theprovisions of said Article to the some extent as if it were copied at length herein. day of S-3561 IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this7th October 19 85 Calvert Paving Corporation (Hereinafter called the Principal), as Principal, Ramey, King & Minnis, Denton, TX TheTriniiy IVCompanies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL- INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III OR RANDALL L. MINNIS - DENTON, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby, in amounts or penalties not exceeding the sum of ,ONE MILLION AND N01100 Dollars 1,000,000 ) EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Bid or proposal bonds where estimated contract price exceeds the amount stated herein. 2. Open Penalty bonds. 3. Bonds where Attorney(s)-in-Fact; appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents - , this 1 Sth day of JUDITH E. F 19 77 . AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted b their respective ' a by pBoard of Directors on the lst day of March, 1976 and of which the following is a true, full, and co commplete copy: "RESOLVED, That the President, any Vice- President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of 'America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney-in-Fact, with full power and author. ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of AHorney may be restricted, to be in each stance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fact and Officers ef"the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizonces, contracts of indemnity, and ail other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Juidth E. FaWn, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of These Corporations, and the Power Attorney issued pursuant thereto, ore true and correct and we still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and offixed the facsimile seal of each Corporation this 7th day of October 19 8_ ~„~d,W,„ E , _ "e, ~c SAA1 :[E ✓XfUDITH E. FAGAN. CORP. SECRETARY REV. a-e3 Ti c'' TdnA Trinity Universal Insurance Co. ;e %:i ecurity National Insurance Co. Companies Trinity Universal Insurance Co. of Kansas, Inc. Dallas. Texas 75201 TEXAS STATUTORY PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Calvert Paving Corporation (Hereinafter called the Principal) as Principal and Security National Insurance Company Dallas, Texas, (Hereinafter called the Surety), as Surety are held and firmly bound unto The City of Denton, Texas (Hereinafter called the Obligee), in the amount of One hundred fifteen thousand eight hundred fifty dollars & 68/100-------.---------------------------------------(Dollars) ("y 115.850. 68**********) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the2nd day of October 1985 to Bid #9493. Highway 380 Sanitary Sewer Line. Purchase order #70421 which contract is hereby referred to and made a part hereof as fully and to the some 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 prosecution 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 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this7th day of October 1985 S-3562 II,Ramey,King&Mi TheTrinity Companies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby oppoint M. G. RAMEY, TERRELL W. KING, III OR RANDALL L. MINNIS - DENTON, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby, in amounts or penalties not exceeding the sum of .ONE MILLION AND N01100 Dollars (g 1,000,000 ) EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Bid or proposal bonds where estimated contract price exceeds the amount stated herein. 2. Open Penalty bonds. 3. Bonds where Attorney(s)-in-Fact; appear us o party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 1 5f-h day of /TUNE , 19 77 JUDITH E. FAGAN, CORP. AUTHORITY FOR POWER OF ATTORNEY) That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the Ist day of March, 1976 and of which the following is a true, full, and complete copy: "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of 'America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney-in-Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fact and Officers ef'the Companies, including Assistant Secre- taries, whether or not the Secretory is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracls of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fac I. RESOLVED, That the signarure of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Juidth E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, ore true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my bond and affixed the facsimile seal of each Corporation this 7th day of October 1985 k'3 I s ~6 • ; .S f~ ;(SEAL'S; y.U OITH E. FAGAN, CORP. SECRETARY REV. 4-e2 MAINTENANCE BOND STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, and 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 Five Hundred Eiahty-Fly ana no/100--------------- Dollars 11,585.00 , 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 has this day entered into a written contract with the said City of Denton to build and construct which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said these presents to be executed by as Contractor and Principal, has caused and the said as surety, has caused.these presents to be executed by its Attorney-in-Fact and the said Attorney-in-Fact has hereunto set his hand this day of 19 SURETY: PRINCIPAL: BY: Attorney-in-Fact MB-2 0093b CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: TYPE OF COVERAGE LIMITS OF LIABILITY I. II. III. WORKMEN'S COMPENSATION COMPREHENSIVE GENERAL LIABILITY Bodily Injury Property Damage STATUTORY $300,000 Each occurance $100,000 Each accident COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury Property Damage A. In addition to Contractor shall PROTECTIVE LIAB following limits: $1,000,000 Aggregate $1,000,000 Each accident above, the an OWNER'S with the $300,000 Each person $100,000 Each accident the insurance described obtain at his expense ILITY INSURANCE POLICY BODILY INJURY PROPERTY DAMAGE $300,000 each person $100,000 each accident $300,000 each accident $1,000,000 aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. #0399c CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the following policies, subject to their terns, conditions and exclusions, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies will mail ten (10) days' written notice to the party to whom this certificate is addressed. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: - REMARKS: City of Denton Bid 11 9493 901-B Texas St. Denton, TX 76201 L Attn: John J. Marshall, C.P.M. Purchasing Agent NAME AND ADDRESS OF INSURED: Insurance Company Type of Insurance Policy Effective Expiration Number Date Date LIMITS OF LIABILITY- Workmen's Compensation Statutory and Employers Liability Employers Liability Limits-$700,000 Comprehensive Bodily Injury General Liability $ Each Occurrence Aggregate Products $ & Completed Operatior Property Damage $ Each Occurrence $ Aggregate Operations S Aggregate Protective $ Aggregate Contractual . Aggregate eroaucts $ & Completed Operatic Comprehensive Bodily Injury Automobile Liability-- $ Each Person $ Each Occurrence Property Damage - $ Each Occurrence '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. PHONE NUMBER. OF AGENCY Authorized Representatives of the Insurance Companies referred to abo, 1-2 BID # 9493 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of US Hwy 380 Sanitary Sewer Main 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, specifi- cations 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. Lt 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 witnin one nundred (100) working days. Accompanying this proposal is a certified or cashier's cneck or did 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 snail 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 oecome 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 sucn failure of the bidder. It is understood tnat the Owner reserves the right to reject any and all bids. Tne 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: 1 P - 2 BID #9493 BID SUMMARY TOTAL BID PRICE IN WORDS ~.•':r _ - - 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 ,J BY Street Address City and.State Seal & Authorization (If a Corporation) X~. 77 Telephone P 3 PURCHASING DEPARTMENT City of Denton 901-8 Texas St. Denton. Texas 76201 BID INVITATION CITY OF DENTON, TEXAS Date BID NUMBER ADDENDUM # 2 September 3, 1985 #9493 BID TITLE US Highway 380 Sanitary Sewer Main Sealed bid proposals will be received until 2:00 p.m. SEPTEMBER 17, 1985 , at the office of the Purchasing Agent, 901-13 Texas St., Denton, Texas 76201 For additional information contact JOHN J. MARSHALL, C.P.M. Tom D. SHAW, C.P.M. PURCHASING AGENT ASSIST. PURCHASING AGENT Office 817-566.8311 D/FW Metro 817-287-0042 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and. time to be considered. Late proposals will be:retumed unopened. 2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening :date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton,-901 -B Texas St., Denton,. TX 76201. 3. Any submitted article deviating from the specifications, must be identified and have full descriptive data accompanying same, or it will not be considered. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse; or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder. & . In Casa of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor Ilable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. & The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9. The items are to be priced each net. (Packaging. or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information ancilor questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be Bounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City of Denton is exempt from all sales and excise taxes. (Article 20.048) BID TABULATION SHEET HWY 380 SANITARY SEWER JULY, 1985 ITEM I I I DESCRIPTION BID I QUANTITY UNIT I PRICE I I TOTAL I S-1 I 10" PVC San.. Sewer Pipe I 6,136.00 L.F. I S-2 I I 10" Ductile Iron Pipe I I I 100.00 I L.F. I I $ -1 •'1 -/L.F. I I $ `'`'I S-3 I 4" San. Sewer service 1 I 4 I EA 1 I •'/EA 1 I $ `-'=I S-4 t 1 6" San. Sewer Service 1 I I 4 I EA I I - %EA I I $ '-1 S-5 I Conc. Mannole (4' L.D.) I I I 17 I EA I ~,/EA I S-6 118" Bore and Casing I 100 I L.F.I I I I I I ~ S-7 I Break Into Exist. Mannolel I I I I. I 1 I and Lift Stations I I 2 EA 1 $ "/EA I $ - "`I S-8 I Concrete Encasement I 2 I CY I I %CY I I $ I I I TOTALS. I I I I I I I I Provisional Item Clause I I I I I I I S-9 I I Rock. Excavation. I 0 I Cy I I •°t/CY I $ I I Total.additional cost I I I I I for. the rock clause is I I I I I not-to exceed $10,000. I I I I I I I I 1 1 I `9 ~ I I I I I I I I A en ums Receive I I I I P - 5 SPECIAL CONTRACT DEFINITIONS The following are additions or revisions for this project that will be considered as the precedent for any conflicts that arise with the City of Denton General Specifications that are enclosed. Eacn of these specifications are to be included with the existing specification if one exists. Special attention snould be paid to pay items in this section as they do have control over the existing definition if one is given in the General Specifications. Pay items snail be listed in the. tabulation sheets. All other specifications are included for general reference and guidance. Item S-1 10." PVC Sanitary Sewer Pipe See General Definitions Item S-2 lU Ductile Iron Pipe See General Definitions Item S-3, S-4 4 and 6" Sanitary Sewer Services General: This item snail govern service line locations through Selwyn School property approximate location of these services are snown in construction plans prepared by the City of Denton for this project.. Existing services: will be located by the contractor and extended to the new lU' PVC sanitary sewer main. A deep set service connection detail is supplied on sneet two of said plans for this purpose. Other services noted on plans and otherwise specified are standard stub-outs. Services will be taken from the main to the property line by the contractor as per standard detail on sheet one of said plans. Payment: Payment for this item shall be at contract unit price. For each service connection:. Item S-5 Concrete Manhole (4' I.D.) See General Definitions. Item S-6 18" Bore an-d Casing General: This item shall govern the 18" bore under the Topeka and Sante Fe Railroad for the lU" sanitary sewer main. 18" casing snould provide adequate working room. and access. Include both the bore and 18" casing (7 gage minimum) in this item. Grout snail be 12" thick on each end to hold the pipe securely in the casing. SC - 1 Payment: Payment shall be at the contract unit price per linear foot for bore and 18" casing installed. Item S-7 Break into Existing Manhole and Lift Station General: This item shall include materials, machinery and labor necessary to break new 10" sanitary sewer main into existing manhole at baseline station 0+00 in said construction plans. Also include in this item breaking into lift station at baseline #2 Station 6+59. Payment: Payment shall be at the contract unit price for each break into existing manhole or lift station. Item S-8 Concrete Encasement for Sewer Main General: This item shall govern for a 6" cap poured as per detail sheet over proposed or existing utilities where directed by the Engineer's one location as shown on the plans.. This item may be increased up to 20 cubic yards without price change. Payment,: Payment. shall be at the contract unit price per cap with -.the cubic. yardage. figured from desired section not concrete tickets. SC - 2 prosecute the work on Sundays without written permission oy the City due to the noise ordinance. There will be one hundred (100) working days allotted for completion of the project. BARRICADES, LIGHTS, DETOUR ROUTES AND SIGNS The Contractor shall, at his own cost and expense, furnish and erect sucn barricades, fences, flashers, signals, and signs, and snail provide sucn other precautionary measures for the protection of persons and property as are necessary. Safety to the working forces and the general public shall be of uppermost consideration in scheduling all construction activities. All signs and barricades snail be constructed and erected to conform to standards as established in the latest edition of the Manual on Uniform Traffic Control Devices. The Contractor shall submit a plan or each site wnicn must be approved by the City before construction of that phase may begin. From sunset to sunrise, the Contractor shall furnish and maintain at least one battery type flasner at each barricade and a sufficient number of barricades shall be erected to keep vehicles or pedestrians from entering hazardous work areas during construction. The Contractor. will be held responsible. for all damages to the work due to failure of the barricades, signs,. lights,, and watchmen r.equired to protect the work area.. The Contractor's responsibility for' the protection of the work snail not cease until the project has been accepted. by the City. If,, in the opinion of the City Engineer or his duly authorized representative, the barricades and signs installed. by the Contractor, do not properly protect the work area, the Contractor shall immediately cease all other work activities and.correct the deficiency in proper oarricading. The. Contractor shall provide an ultimate effort toward safe and smooth flow of traffic during work hours. Flagmen will be essential in many areas. Flagmen snail have standard reflective vests and flags as minimum equipment. Flagmen shall also be knowledgeable as to the correct procedur.es.for flagging and shall be aware of traffic patterns and traffic needs.. All broken, damaged, or ineffective barricades or signs shall be removed from the project and replaced within two (2) hours after notification by the City Engineer or his designated representative. No work will ne allowed to begin prior to proper placement of all barricades and signs. G - 3 Two signs 'advertising the CIP Construction Project shall. be placed in strategic points with lettering as needed to adequately describe the work. These two signs shall be placed prior to beginning work and maintained until the end of the project. No payment shall be made to the contractor for these signs or their placement and maintenance. UTILITIES C.I.P PROJECT NAME: - t CITY OF DENTON. CONTRACTOR j PROJECT ENGINEER NAME.` JERRY CLARK ;I ADDRESS . ti. , 566-8358 PHONE,(,!" l 1. TheTnn" Trinity Universal Insurance Co. ecurity National Insurance Co. ' S Companies Trinity Universal Insurance Co. of Kansas, Inc. Dallas, Texas 75201 BID BOND Knows all IRm hu C, 4rsr Vrrsrn#s, That we Calvert Paving Corporation of Denton TX (herein ft ll d th a er ca e e Principal), as Principal, and Security National Insurance Company (hereinafter called the Surety), as Surety are held and firmly bound unto The City of Denton, Texas (hereinafter called the Obligee) in the penal sum of Five percent of.bid--------- (5%)---------------------- DOLLARS for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED and SEALED this 9th day of September lg 85 THE CONDITION OF THIS OBLIGATION IS SUCH That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Construction of U S Hwy 380 Sewer Mains 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. 5-818 Calvert Paving C ornora ri (L. S.) 141 11 King & Minnis, Denton, TX_ - TheTrinit Companies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W., KING, III OR RANDALL L. MINNIS - DENTON, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf Fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby, in amounts or penalties not exceeding the sum of ) ONE MILLION AND N01100 Dollars 1,000,000 EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Bid or proposal bonds where estimated contract price exceeds the amount stated herein. 2. Open Penalty bonds. 3. Bonds where Attorney(s)-in-Fact; appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents I this l S+h day of JUDITH E. F 19 7Z. AUTHORITY FOR POWER OF ATTORNEY) That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas 'r Corporation, in pursuance. of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the following is o true, full, and complete copy: "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and theyare hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney-in-Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in- Fact arid Officers ef"the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Comoar.ies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in. Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any Form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Juidth E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation -day of September 1985 (~61.10ITH E. FAGAN. CORP. SECRETARY RBV a-ea DATE 9/24/85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID# 9510 Participation Hobson Lane / 377 Water Main RECOMMENDATION We recommend this Participation Bid, after review by the Utility Board, to be approved for the amount $56,241 00 with Jo Storer, Route 1, Box 276, Argyle, Texas 76226 This is the low difference as submitted by five bidders See the tabulation sheet SUMMARY This bad was sent out and prepaired by Fields and Edwards for Jo Storer The bid was advertised as a participation bid, received and opened by the City of Denton The bid was evaluated, finding the low difference of all five bidders as shown on the tabulation sheet BACKGROUND- Tabulation Sheet PROGRAMS, DEPARTMENTS OR 6R0UPS AFFECTED Utility Department - Water and sewer Division FISCAL ACT There is no impact on the General Fund Respectfully submitted Rick Svehla Acting City Manager Prepared by ~'----~01w O Qa ~ Name Tom D Shaw Title Assistant Purchasing Agent Approved le J n J Marshall tle Purchasing Agent z w O O O O 00 O m m 3 r LL . a-L W M n N O O co O co N L n V S- s- W 0 C~ m r M 01 M ~ Q ~O M W l0 0 t0 U O O w > O Lc C L A . LO r C}' N O O O O p O u V ~ O r L M U .-a G LO L n m Ln 01 O 1~ a N ~ y y N L G M ~ t0 O LO O Q U 9 m -i w r t0 LA L ~ I M O O i. O ` O O O co ai r- a O O 1~ 0 O > r p N ^ r > a -W O N N i O (a R U C `Z . W O r tO rn M m cn to co rl O O O C) O C) O LL_ U rid oa L L`rO LO ^ 0 0 m Y co M co ro N W 0 ' ~ 0J n LO ~--I M n n O U y N G i ro o S- 1 4J N ? N ( N o z J c v m C H N C O W V r r N n M H 94 ~ - 4J u S- S. w n O C O = En W S- N (L) J 4J to A ) N 4 Lp (a 3 U - N J (a m 3 c o n r Ul t u V U i O U O CO (.y r L U C a) N O \ Cl) ~ iJ C r 4- N O \ O 4J 0 4- 3 i S Oi F - Q G J d W R. W 1 H E. F Q z y H W W F Z O ~ 7 a C Q DATE October 1, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9513 REPAIR AND PAINT TWO 2,000,000 GALLON WATER TANKS RECOMMENOATION We recommend this bid be awarded to the lowest responsible bidder, G&S Sandblasting, in the amount of $60,380 00 for the McKenna Park Tank and $53,674 00 for the tank located at the Water Plant Total bid price of $114,054 00 SUMMARY This bid is for the sandblasting, cleaning, and repainting back to existing colors of two 2,000,000 gallon water storage tanks BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Capital Improvements to Water Plant Facilities FISCAL IMPACT 1985/86 Budget Funds Account #620-008-0460-8301 Maintenance of Building and Equipment Respectfully submitted Rick Svehla Acting City Manager Pr red by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved N Vn Marsh all, C P V le sing Mgent a 0 z w a a 0 a z w a > 0 Z ° 0 a z J C W O U Z a _ U- C~ J ( A zz z :m C) o ° Q o n to Z a z F- A O N Z z Y r Z Z Q Q H N ~ . OG 69 , Z O n. a O Z Z 1 F- H ~ n z ~O 2= CC C ¢ J M C7 N co a6 a 0 0 z 6 Y Z f- N z C) H F+ O Ln P4 O 0 T H y H O V F N O .r Q 3 i a ro H a a W a C Q H L r CL cl n K ) ~ v E 3 F - as E z E h 0 ti Q i a w V yr N c0 0 r.C STATE OF TEXAS CONTRACT AGREEMENT COUNTY OF DENTON THIS AGREEMENT, made and entered into this 2 day ofr October A.D., 19 85 by and between The City of Denton, T ffS-cgs of the City of Abilene , County of Taylor 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: t Bid #9513 Repair & Paint Two 2.000.000 Gallon Water Storaae Tanks Purchase Order # 70424 and all extra work in connection therewith, under the terms a General Conditions of the agreement; and at his (or their) own expense to furnish all materials, supplies, machinery, eq superintendence, labor, insurance, and other accessories necessary to complete the said construction, in accordance wit and prices stated in the Proposal attached hereto, and in acc the General Conditions of the Agreement, the Special Condition, Bidders (Advertisement for Bids), Instructions to Bidders, and and Payment Bonds, all attached hereto, and in accordance which includes all maps, plats, blueprints, and other drawings CA-1 0044b stated in the roper cost and .pment, tools, and services the conditions dance with all the Notice to he Performance th the plans, ~d printed or P i r of the County of Denton and State of Texas,*acting through Rick Svehla, Acting City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and I written explanatory matter thereof, and the Specifications! therefore, as prepared by Jerry Roush. Water Superintendent , all of which are made a part hereof and collectively evidence and constitute the entire contract. E 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. ATTTEST:/~ Z ~f' 7 . i ATTEST: G & S Sandblastind.&7Paintina Co. kCC•Y~ILC ' G io/ By (SEAL) APPROVED AS TO FORM: City Attorn CA-2. 0044b it a BOND NO. AZ 439 PERFORMANCE BOND STATE OF TEXAS COUNTY OF Dallas ) KNOW ALL MEN BY THESE PRESENTS: PAINTING COMPANY of the City of _ County of Taylor and State of _ as PRINCIPAL, and LLOYDS, TEXA G & S SANDBLASTING & That Abilene as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON, TEXAS, as OWNER, in the penal sum of One Hundred Fourteen Thousand Fifty-Four Dollars and no/100 Dollars 114,054.00 ) 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 2nd day of October 19 859 for the construction of repair and paint two 2,000,000 gallon water storage tanks, in accordance with Bid No. 9513, as per Contract Agreement, 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 e 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 andleffect; PB-1 B yIND NO. AZ 439 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. k PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Dallas County, State of Texas. I 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 2nd day of October , 19 85. G & S SANDBLASTING & PAINTING CO. LLOYDS, Principal By i/ / William C. ourner m Title Owner Title A Address P.O. Box 3521 Abilene, Texas 79604 :as 75 r x (SEAL) (SEAL): The name and address of the Resident Agent of Surety is: KYLE PELT - AZTEC GENERAL AGENCY, 4445 West Ledbetter Drive, Suite 103, Dallas, Texas 75236. n NOTE: Date of Bond must not be prior to date of Contract. This Bond is intended to comply with Sections 53.201, et seq of the Texas Property Code. PB-2 y. 0091b ~t fi in Fact Address P.O. Box 24357 - , LLOYDS, TEXAS P.O.'BOX 24357- ' • DALLAS, TEXAS 75224 ' 00000006,0 o-00000000,000000.00 Cl 0000000000000000000000000;0. 1 0, 'POWER OF-ATTORNEY ; A' . r KNOW ACUMEN BY THESE IPRESENTS: t: That the~Lloyds Texas Underwriters Inc. a Corporation in the State of Texas • ; ' , , , . , having its, principal office m*Dallas, texas', pursuant to the •following'resolution, adopted by the Board of Directors. of the said , ,Company on the.7th day of February, t984,ao wit: . , '"The President oiany Vice-President or other officer designated by the Board Executive Committee shall have authority severally i . , , , ,to,make, execute and deliver and deliver a power of attorney constituting as Attorney-in-Fact such persons, firIns or corporations as, ;such officers may select from time to time,"I does hereby make, constitute and appoint " ' • ' 7" JOHN HENRY PELT & KYLE PELT I its,true and la . ul.Attorneys iu-Fact -with full power and authority hereby conferred in its name; place and stead, to sign, execute ' ' z • r acknowledge and delivenm its-behalf, and,as its act and deed, as follows ` Unlimited on behalf of this Com an in its business and in accordance with its charter, to bind L~ ds; Texa i thereb i p y, y y, andallofthe - facts of said Attorn eys in Fact -pursuant~to these resents -are hereb ratSed and confirmed • • ; p ; y t : : , . , , , 1 IN'WITNESS WHEREOF,'. THE LLOYDS; TEXAS HAS`CAUSED THESE! PRESENTS TO BE SIGNED BY 'ITS i , ATTORNEY IN FAtT-LLOYDS,`TEXAS UNDERWRiTERS'tINC iTS PRESIDENT and/or{VICE PRESIDENT and its . I . » (Corporate Seal lobe hereto affixed.+ -:'1~ - 1 :r~~ r. 3 I.:- •i , ? t_}5 [I„~.} \ OYDS AA WR INC I T I , S U,: ; ! Q ,C. • 1 1` -tom 1 AeLo 1 I f t , - . ; s t t( i obert L Jordan e ti 15 . f F;' AS f~ • ` . : 4 ' t 1 i ' E t , l s , p:, t '.g ( 4 t 1 t r,},7, ` ; t State of Texasa : (County, of Dallas 4 I I t - ? , ! - o-.. ! " ; - 1 i i` 1 ! , , : + = • ' On this 7th day of Febr 1984 bef th ibe ar P bli b N f S ' f "f ' d l ' mi ned i d ` ' r ; j uary , ore e su scr r, a ot y u c o the tate exa s y com o u s so an qualified came,Robert L. Jordan of {he;Lloyds Texas,Underwriters, Inc., io me'peisonally known to be the mdividual~and office' esc'ribed . r.and. 'herein, and who executed ttie,preceding,in'strurnent: acknowledged the execution of the same, and being by.'me 'duly.swor'n ' S , . . , 'deposed•and said;'that he it the officer of,said Company aforesaid and that the seal affixed to-the preceding,instrument is the . , , (Corporate Sealof.said Company; and the said Corporate Seal and signature, as an :officer were duly affixed and subscribed to the,. w said instrument.by'the authority and direction of the said Corporation and that I he"resol ut i on of`sat ompany; referred to in the „ r preceding instrument is now dn,force As ~ I 1 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed m cial seal at Dallas, Texas a day and year above. • ; written It` ~ - Notary Public - ' t - + , • • + _ v'_''ti~ Bernice Farmer f r i t i t NOTARY PUBLIC- DALLAS; TEXAS " .1y \ Commission Expires 3-3=87 I , State of Texas r t.t ,)R - ,County of Dallas ' t~ , } •I 1 , . r , . • ( • , + CERTIFICATE I itie undeisigned; Secretary of LLOYDS, TEXAS UNDER WRITERS; INC.,'do hereby certify that the'fore'goirg and attached s ' , 1 ~ 'Power of Attorney and Certificate of Authority remain in full force and has not been revoked and futhermore that the Resolution of , { ) t s I, i3. t the Board of Directors as serforth in the Certificate of Authority are now in force } I. - 1Signed and~Sealed^at the said Company,-Dallas Texas dated this ``'2nd , Iday of i Octobet;t l , I ' ' ~ lq 85~„ , i, . 1. w +,t rt)S it ati A, , v f I - ra i~'- r` i - r) , r r-)U: 115 L~1;3 iF - t, 1I)S I t t' }t)., s 10 f AzrE-c dENERAL AGENCY i t / • } 7:-. .,t P(~, ;24 8a r+ L l JHelen L'Mueler- Secretary, :N r ~L=,~ In n a _ ' , DALl.A3 `TEX,4S'T5224' ~ +i , , , F A 9 { > 1 Z-4 % ' , D0I93085 ; ,li7 s\ wE , ' 1 1I~ V~,h]~•C~~' ' { ,i: 'R I tid, ' ! wig .0 3 t . ' ' 21 I . PAY11ENT BOND LLOYDS. TEXAS STATE OF TEXAS COUNTY OF Dallas ) KNOW ALL MEN BY THESE PRESENTS: That G & S PAINTING COMPANY of the City of Abilene BOND NO. AZ 439 C County of Taylor and State of Texas as principal, authorized under the laws of the State of Texas to act as i principals, are held and firmly bound unto CITY OF DENTON, 7 , OWNER, in the penal sum of OnP HundrI Fifty-Four Dollars and no/100------------------------- Dollars ($1] for the payment whereof, the said Principal and Surety bind themsel' heirs, administrators, executors, successors and assigns, jointly and thes .presents: WHEREAS, the Principal has entered into a certain wri r with the Owner, dated the 2nd day of October , To: and vaint two allon water stora in accordance with to which contract is hereby referred to and made a part hereof `as same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION-OF THIS OBLIGATION IS S1 said Principal shall pay all claimants supplying labor and maters subcontractor in the prosection of the work provided for in said this obligation shall be void, otherwise to remain in full forceyand PROVIDED, HOWEVER, that this bond is executed pt provisions of Article 5160 of the revised Civil Statutes of Texas as acts of the 56th Legislature, Regular Session, 1959, and all fliabi bond shall be determined in accordance with the provisions of said same extent as if it were copied at length herein. d PB-3 G bonds for 00 ) and their rally, by contract 85 and to the that if the to him or a ❑tract, then ect; to the by the on this to the BOND NO. AZ 439 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 Suety have signed and sealed this instrument this 2nd day of October 19 85 G & S SANDBLASTING Si PAINTING CO. LLOYDS, S By Title Owner Address P.O. Box 3521 Abilene, Texas 79604 (SEAL) The name and address of the Resident Agent of Surety is: (SEAL) KYLE PELT - AZTEC GENERAL AGENCY, 4445 West Ledbetter Drive, Suite 103, Dallas, Texas 75236. This Bond is intended to comply with Sections 53.261, et seq of the Texas Property Code. PB-4 0092b f Title Attorney in Fact Address P.O. Box 24357 Dallas Texas 75224 r LLOYDS, TEXAS P.O. BOX 24357 DALLAS, TEXAS 75224 III;-`, ,0❑0.0:00000000[1 000•ci'Oooo'oo ODOOc Oan 0000000000El OO 0 O 01300 O~O'O. - .1 , l r 1 1 l { t,t> - " `I, ,Il t, l; It t POWER -OF ATTORNEY jKNOW ALL MEN BY .THESE PRESENTS That the Lloyds, Texas'Underwrimrs, Inc a Corporation in the State of Texas, - ;having its'! office in Dallas, Texas,. pursuant to the following resolution, adopted by t9e.Board of Directors of the, said , r 1 (Company on the 7th day of February; I984,~to wit: I r ; ` t t "The President or any V ice-President, or other officer designated by the Board Executive Commi lee shall have authority, severally,'' - itti make, execute and deliver and deliver a power of attorney, constituting as Attorney-in-Fact such7persons, firms or corporations as isuch offtcers.may seleci from time to time;'. does hereby make, constitute and appoint r. ; I JOHN HENRY.PELT & KYLE PELT' r~ I I 1 1 i1 . I r. ,its true and lawful Attorneys-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute acknowledge and deliver ,in its'. behalf' and as its act and deed, as follows t ; ,r ti y Unlimited on behalf of this Company, iius business and in accordance with its charter, to bind Lloyds, Texas thereby, and all of the }acts of saidAttorneys in Fact; pursuant•io these presents, are hereby ratified and confirmed ; . .IN'WITNESS'WHEREOF; .THE `LLOYDS, TEXAS HAS'CAUSED'THESE `PRESENTS,TO BE SIGNED BY JTS ATTORNEY IN.•FA&-LLOYDS,'TEXAS UNDERWRITERS, INC., ITS PRESIDENT and/'oriVICE PRESIDENT, and-its y (Corporate Seal to be hereto affixed % OYDS,'T , AS U WRI `INC . _ ' L. i = obert L: Jordan' e State of Texas Cotinty,of Dallas . r • ,rot i , ry..rr! 1 , , i t)1 1 , ! _ , On'this 7th day of~February{1984, before the subscriber, a Notary Public of the State of Texas duly commisisoned and qualified, t_ c'a'me "R0' ofthei Lloyds, Texas Underwriters 'Inc.; to me~peisonally known to be.rheindividual and officer described f- (herein;-'and-ivWcxecuted tFe..preceding instrument; aiid,acknoivledged the execution of the same, and being by me duly. sworn, deposed and said,4hat he is the `officer of said Company aforesaid ;and that the seal.affixed• oo'the preceding instrument-is the )Corporate Seal of-said Company; and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the' said instrument ;by,the authority: and direction of the said Corporation; and that the resolution of said Company, referred to in the (preceding instrument is now,in force,-, i 1 ` , ~ ' 11 , IN TESTIMONY WHEREOF I have hereunto set myhand, and affixed m cial seal at Dalla(s Texas a day and year above I i) r,;' Written. I ' , , ' , fJ 1 1i 1 ' i L 1'L' I t BerniceFarmer -Notary Public - t , i'% A In 11 x I . " ` •NOTARY PUBLIC = DALLAS; TEXAS , Commission Expires 3-3-87 State of`Texas ' . , . r , ' _ _ . • . e . , 'County of Dallas - F: -A "C I \ ^.8 I . ERTIFICATE i r I I'the undersigned, Secretary of LLOYDS, TEXAS UNDERWRITERS; INC' do hereby'certify that the foregoing and attached ' i Powei of Attorney and Certif cate of Authority remain'in full force and has not been revoked and futhermom, that the Resolution of t I the Board of Directors as set orth in the Certifixate of'Atithority,:are now in force. ' ' Signed and Se`aled'at' the saidCompan¢ Dallas Texas dated this a.2nd 1 'day of ° October: ; + 1 19 85- Iii), S)` ttPl '.l-.+ \ +i'' a rl AZTEC GENERAC AGENCY i ` M` . • { ROLSOX 24886 r~ t i , i;• I ' ' 1'T I) Heleri L. -Mueler - Secretary 3 f ' (DALLAS, TEXAS 1.76224 A ! i 71 AZ 439 D0I93085 ; 2]4-333-4281• MAINTENANCE BOND STATE OF TEXAS COUNTY OF Dallas ) a i BOND NO. AZ 440 C KNOW ALL MEN BY THESE PRESENTS: THAT GI& S SANDBLASTING & PAINTING COMPANY as Principal, and LLOYDS, TEXAS, 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 Four Hundred Five Dollars and 40/100----------- Dollars 11.405.40 , 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,A that: WHEREAS, said G & S SANDBLASTING & PAINTING COMPANY has this day entered into a written contract with the said City of Denton to JDalit mxiAlxanxiara= repair and paint two 2,000,000 gallon water storage tanks, in accordance with Bid No. 9513, as per Contract Agreement, i 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: 11 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, fit 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 againstithe 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 MB-1 NOW, THEREFORE, if the said agreement to maintain said construction and keep same period of one (1) year, as herein and said contract shall be null and void and have no further effect; force and effect. BOND NO. AZ 440 Contractor shall perform its in repair for the maintenance provided, then these presents 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 herein4 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 PAINTING COMPANY these presents to be executed by Will and the said LLOYDS, TEXAS, the said G & S SANDBLASTING & as Contractor and Principal, has caused am C. Sojourner, Owner. I as surety, has caused these presents to be executed by its Attorney-in-Fact Kyle Pelt and-the said Attorney-in-Fact has hereunto set his hand this 2nd day of October , 19 85 . PRINCIPAL: G & S S"DBLASTINC PAINTING CO. William C. This Bond is intended to comply with Sections 53.201, et seq of the Texas Property Code. 0093b MB-2 LLOYDS, TEXAS P.O. BOX 24357 DALLAS; TEXAS 75224 aogoz ooo.❑ooo❑ooooo000000o`oooaooooo000000S0'0'0011 011'11 o0 0 oo I X i, WER,OF•ATTORNEY . i ' . 7 /.Z -KNOW ALL'MEN BY'THESE'PRESENTS:: That the Lloyds, Texas Underwriters, Inc., a Corporation in'tfie State of Texas, i 1 1 Ihaving its principal office in'Dallas Texas- pursuant to the following resolution, adopted by the Board of Directors of the said , , ;Company on the 7th day of February; {984 to wit - t . 'The Presidentoran'yVice-President, or other officer designated by the Board Executive Committee shall have authority, severally, ~ i tto make, execute and deh4er,and deliver a poiver'of attorney constituting asAttomey-in-Fact such. persons, firms or corporations as, t ; isuch officers. may select from time to timedoes hereby make, constitute and appoint . i £ X ns JOHN HENRY PELT & KYLE PELT f • - n ` T N1, A. y , t%S its true and lawful Attorneys-in-Fact,,with full.power.and authority hereby conferred in its name, place and stead, to sign, execute, , t, i i ig acknowledge and deliveran its behalf ,and as its act and deed, as follows: - ; is i {y r Unlimited on behalf of this Company, m its business and in accordance with its charter, to bind LlOyds,.Texas thereby and all of the . acts of said Aftortieys m Fact pursuant toahese presents,•are hereby ratified and confirmed Ft i , jIN'WITNESS',WHEREOF, THE "LLOYDS, TEXAS•HAS -CAUSED.THESE PRESENTS TO BE SIGNED'BY)TS, ATTORNEY IN FACT-LLOYDS, TEXAS UNDERWRITERS, INC,'ITS PRESIDENT,and/or VICE PRESIDENT, and its ICorporate Seal to be,hereto affixed : , } v ` f,: f ' • z ; , z - . , 1 4 r t, 3`. errOYPS,)T T AS L I'I W, INC L a-, obertL.Jordan c t'. s {r t , tI iii-c I t, State of Texas o ~i i s if ti. it)`,r - tCounty,OfDaIlas.., ¢ i.+,-: +'I' <""+w.,. .1• ) -,,lt, , ;1' t t. I,.. On' this 7th. day °of February,'_1984 before the subscriber, a Notary Public of the State'of Texas duly commisisoned and qualified, { v'. 'came Robert L 'Jordan of the Ll.oYds Texas Underwriters, Inc.;'to me peis'onallY ' known to be the'individual and officer described - i S.l i)S , , ii , t+. ,T therein,an dfwho,,exe ctitedttie:preceding . ~nstrument,tand,acknowledged the execution,of the same; and being by th e duly,swoin,` - deposed and said,that he -istheofficer of`said Company aforesaid,,and that'the'seal affixedtoYhe'preceding.instrument•isttie S { Corporate Seal of, said Company,; and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the t. said instrument _bythe authority and direction of the said Corporation, and that the resolution of said Company, referred to in the t iprecedmg instrument -is now,in'force, 1 IN TESTIMONY WHEREOF., I have hereunto set my hand, and affixed to cial seal atDalhaa, Texas a day and year above S written. : ` t •r a rz , ' , : + - c I r Bernice , Farmer - Notary,Publrc r , e ; n < , •tv -n ; Y 1 . I : t'+` , i 7: _ NOTARY PUBLIC, - -DALLAS; TEXAS 1 - , { } Commission Expires 3-3 -87 } f , ` 1 ,t• ' i t ( ~dys -.i r t 1 ~7 l: i t " , r , j' { State of<Texits. i i ; } y _ f • ? : < ' , e.L iCounty of Dallas y' I;¢ i. in:,, iL ,L~ tti I~LTr1)S IF A' if ltd` i i5 x I.1 O~'CERTIFICATE .1 31, !+r,S it- t.LL?:).. 11.,:;.5 f, t,_Ci'i, ' I?ttie'undersi ned Secretary of LLOYDS, TEXAS UNDERWRITERS,i1NC:,'do hereby certify that the foregoing and attached' 1l 1 Tower of Attorney apd'Ceifcate of Authority remain in full force and has not been revoked and futhermore, that the Resolution of i hit Board of Directors asset forth in the:Crtifica[e of Authority,'are now in force. ~t~ ivy rc .te , , , 'li .R ?U.U } i `t tSignedand Sealed,at the said Company Dallas Texas dated this 2nd `.'day of " October" I9 85' s rti: l)S r` ittlCy "nk; i { ti y. AZTEC QENERAL AGENCY- n t •vrT ' t Y t + }1?~`~ f+ '.~P.QBOX 24888 - ! ! -t` ;)Helen-L.Mueler =.Secretary t\ ..W-s° I , 11 . iDALLA3,'TEXAS 75224 ^Lrt ~ t , I, r i AZ 440 i ID( 4308:5 .:i CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS Without limiting any of the other obligations or lial Contractor, the Contractor shall provide and main work is completed and accepted by the City of minimum insurance coverage as follows: I II III WORKMEN'S COMPENSATION STATUTO COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 Each occurance Property Damage $100,000 Each accident COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 Each person Property Damage A. In addition to Contractor shall PROTECTIVE LIAB following limits: .lities of the tin until the enton, Owner, $1,000,000 Aggregate $1,000,000 Each accident $100,000 Each accident the insurance described obtain at his expense ILITY INSURANCE POLICY above, the . an OWNER'S with the BODILY 1NJURY PROPERTY DAMAGE . $300,000 each person $100,000 each accident $300,000 each accident $1,000,000 aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. #0399c I = - CERTIFICATE OF INSURANCE 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 or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies will mail ten (10) days' written notice to the party to whom this certificate is addressed, NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: October 9, 1935 r REMARKS: City of Denton Bid # 9513 901-3 Texas St. Denton, TX 76201 Attn: John J. Marshall, C.P.M. L Purchasing Agent NAME AND ADDRESS OF INSURED: G & S Sandblasting & Painting; EST BUILDING DEVELOPMENT P. 0. Box 3521 - Abilene Texas -79604 Policy Effective Expiration Insurance Company Type of Insurance Number Date Date LIMITS OF LIABILITY' Workmen's Compensation Servicing Company I Statutory and Will Issu e Certificate I Employers Liability Employers Liability Limits-$100,000 United-States Comprehensive Bodily Injury _ Fidelity & Guarant General Liability 100061331413 2-13-85 2-13-864- $ 5~'00000. Each Occurrence 500,900. Aggregate Products $ & Completed Operation Property Damage I $ 1000000• Each Occurrence S 190 OOO. Aggregate Operations s - Aggregate Protective Aggregate Contractual pp t aggregate vroducts 1 $ & Completed Operatio: Comprehensive Bodily Injury United States Automobile Liability-* 100061331413 2-13-85 2-13-86 S inn- nnn Each Person Fidelity & Guarant $ Each Occurrence Property Damage ' $ 100,000.EachOccurrence U. S. Fire Ins.Co. Excess Liabilit 5234087403 2-13-85 2-13-86 - $1,000,000. Umbrella `Absence of any appropriate entry means no such insurance is in farce. Covers all owned, non-owned or hired vehicles. 1-915-673-9111 PHONE NUMBER. OF AGENCY NAME AND ADDRESS OF Millerman &.Millerman,In P. 0.. Boa 2379 -Abilene, Texas 79604 Authorized Hepresentatrves of the Insurance Companies referred I o ahc- CI-2 .BID NUM13ER 9513 BID PROPOSALS 6 ~E Page 2 of 3 i ITEM STOCK NUMBER DESCRIPTION QUAN. PRICE AMOUNT 1. The following shall be performed on the 2,000,000 gallon steel, standpipe type water storage tank located in and known as the McKenna Park Tank A. Sandblast and paint interior area and sandblast I and paint top only exterior. OT 37,800,00 B. Structural repair to roof area, work to Consist of partial repair to roof truss, roof plate, bolts, seam repair, etc. LOT 12,980.00 C. Seam sealing and pit sealing of interior structural steel with TNEMEC Products LOT 9,600.00 TOTAL ITEM 1 60,380.00 f 2. The following shall be performed on a 2,000,000 gallon steel ground level water tank A. Sandblast and paint interior only LOT 39,989.00 B. Seam seal and pit sealing of interior structural steel with TNEMEC Products LOT 13,685.00 TOTAL ITEM 2 53,674.00 TOTALS f OC We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net if not otherwise indicated. I In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of reasonable period of time constitues a contract. Date 9-9-85 Bidder Texas within a Title BID NUMBER 9513 BID PROPOSALS Page 3 of ITEM STOCK NUMBER DESCRIPTION QUAN. PRICE AMOUNT SPECIAL NOTE 1. Work to be started October 4, 1985 2. Work to be completed within 50 consecutive calendar days from October 4, 1985. 3. Make note of Liquidated Damages Section 4.04 page 14 - General Provisions. C s s 4 1 TOTALS We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net if not 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. i Date Bidder Title Signature f I I I I t t I