Loading...
1985-1390923L NO ~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements 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 $3,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9471 Albenesius Contracting $139,712 00 SECTION II That the acceptance and approval of the above competititve bids shall not constitute a contract between the Gity 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 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, quantitites and specified sums contained therein PAGE ONE 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 16th day of July, 1985 D CITY OF NTON, TEXAS ATTEST (12M . 6 4-41 'Q'.' 6"Z;0'L' I , CITY SECKITfAK Y OF ENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY LgmQ Al /I. _1- PAGE TWO STATE OF TEXAS CONTRACT AGREEMENT COUNTY OF DENTON .THIS.AGREEMENT, made and entered into this 17 day of! A.D., 19 85; by and between The City of Denton, Texas Y'5- - /3 Jul of the County of Denton and State of Texas, acting through G. Chris Hartung. City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Larry J. Albenesius dba Albenesius Contracting. P.0_ Rnx q3 Jerkcnn NR 68743 (P.O. Box 1712. Denton. TX) of the City of Denton 76202 , County of Denton and state of Texas , Party of the Second Pa ; rt, 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 #9471 - Woodrow Lane Sewer Improvements Purchase Order #68921 for $139,712.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the.agreement; and at his (or their) own [proper cost and expense to furnish all. materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories' and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and Ithe 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 Fields, Edwards, & Associates, 1123 Fort Worth Dr!, DEnton, TX all of which are made a part hereof and collectively evidence and constitute the entire contract. f The CONTRACTOR hereby agrees to commence work on orIafter 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 ofithe Contract. IN WITNESS WHEREOF, the parties of these presents ha agreement in the year and day first above .ATTEST: APPROVED AS TO FORM: . City Attorney CA-2. 0044b ..r o.9 rM c ritten. i Part of he t'P art, OWN By Z14 I t I (SEAL) IJ/d eves 1,.t 0 ac71,0 1 Party e Second P art, CONTRACTOR By JWNe~- Title (SEAL) w PERFORPIANCE BOND STATE OF TEXAS COUNTY OF Denton Bond Nb. TPI613634 KNOW ALL MEN BY THESE PRESENTS: That La Albenesius Contracting , of the City of Jackson J.(Albenesius d/b/a County of Dakota , and State of Nebraska as PRINCIPAL, and Transamerica Premier Insurance as SURETY, authorized under the laws of the State of Tesas.to act as surety on bonds for principals, are held and firmly bound unto the ritv of nontnn_ Tavac as OWNER, in the penal sum of One Hundred Thirty-Nine Thousand Se Twelve and no/100 Dollars 139.712.00 ) for the payment! Principal and Surety bind themselves and their heirs, adminis successors and assigns, jointly and severally, by these presents: n Hundred whereof, the said , executors, WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 17thlay of July , 19 85, for the construction of Bid #9471 - Woodrow Lane Sewer Improvements fi Purchase order #68921 for $139,712 which, contract is hereby referred to and made a dpart hereof same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation said principal shall faithfully perform said Contract and st conditions and agreements in and by said contract agreed a Principal to be observed and performed, and according to meaning of said Contract and the Plans and Specifications here obligation shall be void: otherwise to remain in full force ax PB-1 y fully and to the such, that if the in all respects, covenanted by the true intent and annexed, then this effect; L PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of !Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and alllliabilities 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. f PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of thetcontract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on'this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of July , 1985 . Larry J. Albenesius . Transamerica Premier d/b/a Albenesius.Contracting Insurance Company Principal /-)Surety By Z Q /llC~ ~i~ L / _ Larry ® enesius, Owner ary _ ra ey Owner Title Title Attorney in-fact Address P.O. Box 93 Address. P.O. Box' 4810 , (`PLO' ABox 1713, Denton, TX) By a ~yc c. Texas es ent Agent for Surety ~ .j iqf ~S ) (SEAL) T he name and ' the Re sident Agent of Surety is: W John no Texas America , n Insura nce NUPE: Date of Bond must not be prior to date of Contract. PB-2 t-27- 66204 f~ ~y u f wry _.4,~tis' 0091b PAYMENT BOND STATE,OF TEXAS ) COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: That _ Albenesius Contracting-- of the City of Jackson County of Dakota , and State of Nebraska_, Transamerica Premier Insurance Compan as principal, and authorized under the laws of the State of Texas to act as f principals, are held and firmly bound unto The City of Denton.i OWNER, in the penal sum of One Hundr Thousand Seven Hundred Twelve and no/100---------------UOttar for the payment whereof, the said Principal and Surety bind heirs, administrators, executors, successors and assigns, joint thes presents: ty on bonds for 139.712.00 ) nselves and their and severally, by WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 17th day of July 19 85 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied..at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in [said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Bond No. TPI613634 3 Y Larry J.(Albenesius d/b/a Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the I 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 i sealed this instrument this 17ttday of July ; 19 85 Larry J. Albenesius Transamerica Premier d/b/a Albenesius Contracting Insurance Company Principal By Lar . Albenesius Title Owner Address P.O. Box 93 Jackson, NB 68743 ,P..-O.-Box 1712, Denton, TX) 'Texts,-"s ent Agent for Surety G y E. Bradley i Title Attorney-in-fact Address P.O. Box 4810 Overland Park, KS iE i f and address of the Resident Agent of Surety is: 204 '.ate--~Y, h ~ ~ r (SEAL) 1 ~l transamerica Insurance Services N° 0'761 G PA Power or Attorney valid only it numbered in red. Know All Men by These Presents, That Transamerica Premier Insurance Company, a corporation duly organized: State of California, and having its administrative office in Irvine, Orange County, California, does by then appoint I ( of Overland Park and State of Kansas 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 CONTRACT BONDS (S.B.A. Guarantee Agreement) - MAXIMUM PENALTY $500,000.00 OTHER CONTRACT BONDS - MAXIMUM PENALTY $50,000.00 ALL OTHER BONDS MAXIMUM PENALTY $10,000.00 "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of thle Transamerica Premier Insurance Company, at a meeting held on the 12th day of June, 1984. 1 "Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretaryshall be and isthereby vested with full power and authority to appoint any one or more suitable persons as Attorneyls)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: I "Section 1. Attorney-in-fact. Attorney-in-Fact may be given full power and authorityfor and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling orterminating the Company's liability thereunder, and any such instruments so executed by any such Attorney- in- Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." } In Witness Whereof, Transamerica Premier Insurance Company has caused these presents to be signed by itsl President and its corporate seal to be hereto affixed this 27th day of --Septemhpr A.D., 19 84, State of California ss.: County of Orange TRANSAMERICA PREMIER INSU ANCE COMPANY Q o By r INCORPORATED z z JULY 1941 On this 27th day o wbe r in the year 1984 , before me Joan E'agl en a notary public, personally appeared Jack M. Trapp personally kriown to me to be the person who executed the within instrument as President on behalf of the corporation therein named and gag lg g mmewthat„the corporation executed it. O°FICIAL'SEAL JOAN EAGLEN NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My COm11115510n Expires July 15, 1988 I, the undersigned Secretary ofTr-ansarn7(ice7r2'mier Insurance Company hereby certify that the above and foregl the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimil following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company at a meet of June, 1984, and that said resolution has not been amended or repealed: r _ "Resolved, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corp facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature upon this Corporation." GIVEN under my hand and the seal of said Company, 19 85 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND N0.- TP1613634 s.3. d existing under the laws of the presents make, constitute and Notary Public is a full, true and correct copy of uney is still in force and effect. ider and by the authority of the duly called and held on the 12th on, maybe affixed or printed by seal shall be valid and binding 17th -day of r?4Ju1y ° te'a' Secretary 8-84 OF NO FURTHER EFFECT AFTER DECEMBER 31, 198611 STATE OF TEXAS COUNTY OF Denton MAINTENANCE BOND Bond No. TPI613635.' KNOW ALL MEN BY THESE PRESENTS: THAT Larry J. Albenesius d/b/a Albenesius:Contractingi.as Principal, and Transamerica Premier Insurance Company a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of Thirteen Thous Hundred Seventy-one and nn/100---------------Dollars Z$ M qjM 00 lOX 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. y S This obligation is conditioned, however, 'that: Larry J. Albenesius WHEREAS, said d/b/a Albenesius Contracting has this day entered into a written contract with the said City of Denton to build and-construct Bid #9471 - Woodrow Lane Sewer ImproypmAnt, which contract and the plans and specifications therein mentioned, aaoptea Dy me 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 fof 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 ythe 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 z x Y 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. i 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 Larry J. Albenesius d/b/a Albenesius Contracting as Contractor and Principal, has caused these presents to be executed by .:=-LarryrJ.::.Albenesius_l(Owner) and the said Transamer-ica_P.remier Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Gary E. Bradley and the said Attorney-in-Fact has hereunto set his hand this 17t1day of July , 1985 . SURETY: Transamerica Premier BY: a t PRINCIPAL: Larry J. Albenesi;us d/b~~/QQa Alb/enessius Contracting By -W1 ( I . Lacey(/J. Albenesius, Owner S MB-2 0093b Transamerica Insurance Services N° 0'762 GPA Power of Attorney valid only it numbered in red. DUPLICATE ORIGINAL Transamerica Premier Insurance Company Atlm W,alive Ollice Irvine. C.1,1.rnia General Power of Attorney Know All Men by These Presents, That Transamerica Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Irvine, Orange County, California, does by these presents make, constitute and appoint II and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company, at a meeting held on the 12th day of June, 1984.. "Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authorityfor and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling orterminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." In Witness Whereof, Transamerica Premier Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed this 27th day of Saptamhar-_, A.D., 19 84 State of California County of Orange On Jack M. Trapp executed the within instrument as President acknowledoed to me that the comoration executed it. o°FICIAL SEAL JOAN EAGLEN NOTARY PUBLIC -CALIFORNIA PRINCIPAL OFrICE IN IN IS' ORANGE COUNTY My Commission Expires July 15, 1988 Notary Public I, the undersigned Secretary ofTransam7"r1ic~a1Wmier Insurance Company hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further:certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of,the following resolution adopted by the Board of Directors of the Transamerica Premier Insurance Company at a meeting duly called and held on the.12th of June, 1984, and that said resolution has not been amended or repealed: "Resolved, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, maybe affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature' and seal shall be valid and binding upon this Corporation." I I u. Iv GIVEN under my hand and the seal of said Company, this 17th day o 19 85 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND NO, TP1613635 ..30024. ~Q~cPx "OPgy TRANSAMERICA PREMIER INSUBANCE COMPANY ~ o By i INCORPORATED JULY 1, 1941 c 1 ss.: * _ n., of ember , in the year 1984 before me a notary public, personally appeared , personally known to me to be the person who on behalf of the corporation therein named and of Uverland Park and State of Kansas 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 -8.84 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. WORKMEN'S COMPENSATION II. COMPREHENSIVE GENERAL LIABILITY Bodily Injury Property Damage STATUTORY a s $300,000 ;:$1,000,000 Each occurance Aggregate $100,000 Each accident LI-T. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 $1,000,000 Each person Each accident Property Damage $100,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with the B. following limits: s 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. 6 The contractor will furnish the Owner's Protective Policy described above and execute tte 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 ,t THIS IS TO CERTIFY that the following policies, subject to their terms, conditions andjexclusions, 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: 7-15-85 -I REMARKS: F City of Denton Bid li 9471 901-B Texas St. Denton, TX .76201 Attn: John J. Marshall, C.P.M. J L Purchasing Agent NAME AND ADDRESS OF INSURED: is LARRY ALBENESIUS CONTRACTING P. 0. BOX 93 JACKSON, NE. 68743 Insurance Company Type of Insurance Policy Number Effective Date Expiration' Date LIMITS OF LIABILITY' ' Workmen's Compensation Statutory CIGNA INS CO. and C2 52 01 620 6-6-85 6-6-86 . Employers Liability Employers Liability Limits-$700_000 Comprehensive Bodily Injury General Liability CIGNA INS. CO. Gq.75 90 659 6-6-85. 6-6-86 $ 500 OCO Each Occurrence INCLUDING Aggregate Products OWNEn' S 0- $ & Completed Operatio CONTRACTO°.' S „ Property Damage PROTECTIVE $ Each Occurrence ENDORSEF'.ENT d $ Aggregate Operations J, $ Aggregate Protective $ - Aggregate Contractual Aggregate erooucts $ & Completed Operatior Comprehensive Bodily Injury 500,000 CSL i i " $ Each Person l ty Automobile Liab I CAL 83 77 38 6-85 6 [6:-6-86 $ Each Occurrence CIGNA IN S. CO. - Property Damage 500,000 CSL 'r $ Each Occurrence CONTRACTOR'S X60607052121 6-6-85 6-6-86 4 000 LIMIT S2 000 , , CIGNA INS. CO. CATASTROPHE LIABILTTY POL. [LWIC snu ewuwae X i1 712-276-5331 PRONE NUMBER. OF AGE14CY Z Authorized Hepresentatwes I the Insurance Companies referred IL, -t , rT-9 -Absence of any appropriate entry means no such insurance is in force. "Covers all owned, non-owned or hired vehicles. j ~ . GENERAL PURPOSE ENDORSEMENT (General Liability Lines Only) L' Named Insured Larry Albenesius Contracting 1. q EHeUire 4-16-85 Policy No -GLP GO 57 07 Aetna Fire Underwriters Company d b 20 1 y Issue (name al Iniunnte Cumwn,l The above is required to be completed only when this endorsement is issued subsequent to the preparation of the policy. I It is agreed that the policy is amended as indicated by (D. I A. NAME AND ADDRESS CHANGES 0 Change Name to: - 0 Change Address to: B. LOCATIONS CHANGES 0 Change Location to: - Cancel Following Location: 0 c Ly Add Following Locationlexas Owner's or Contractor's Protective " on Classilica Code ;F Y6 Are S s • Frontage Each (Number) Insured is 0 Owner 0 Tenant Part occupied by Insured C. POLICY PERIOD CHANGE 0 Change policy period to read: From: To: D. LIMITS CHANGES 0 Bodily Injury 0 Property Damage $ each person j each 0 ACCIDENT 0 OCCURRENCE j each 0 ACCIDENT 0 OCCURRENCE j aggregate j aggregate E. OTHER CHANGES l F. PREMIUM ADJUSTMENT 3-year Prem. Pro Rated Indicate Add'I or Ret. Ann. Prem. Coverage (if Applicable) Premium Prem. by Checking Block Bodily Injury Liability ADD'L 0 RET. 0 Property Damage Liability ADD'L 0 RET. 0 Medical Payments ADD'L ❑ RET. 0 F 062185/sa/556/P09139 HIS of Total Endorsement Premium waived L ADD'L 0 RET. 0 Sioux City o ange Autnon[eo Agent . r.•uw PTO- IN V.S.A. wTO n rnov q 1 IBID #9471 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of Woodrow Lane Sewer Inprovements IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is. made without collusion with any other person, firm or corporation; that he has carefully examined the form • of contract, Notice to. Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions,;; and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called. for in the contract and specifications in the manner prescribed therein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to )be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, i.n the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for.in the specifications. It is further agreed that lump sum prices may ':be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered.{ k P. - 1 N It is understood and agreed that the work is to be completed in full within sixty (60) working days. Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount; of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance o_f the proposal, the bidder shall fail to execute a contract and- nd file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned hereby proposes and agrees to 7perform all work of whatever nature required, in strict accordance with the plans and specifications, for- the following sum or prices, to wit: M b P - 2 c TOTAL BID PRICE IN WORDS F BID SUMMARY 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 ofthe contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all !'lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. CONTRACTOR BY Street Address ~2Pr// o rx City an State Seal & Authorization (If a.Corporation) _ .Telephone f . r h~ r Q WOODROW LANE SEWER IMPROVEMENTS BID TABULATION SHEET ESTIMATED ITEM, DESCRIPTION UNIT QUANTITY, S-1 1811 Sanitary Sewermain LF 2,924 S-2 18" Ductile Iron Sewermain LF 80 S-3 15,, Sanitary Sewermain LF 701 S-4 14" Ductile Iron Sewermain LF 14'5 S-5 10" Sanitary Sewermain LF 43 S-6 24" Bore Casing Pipe LF 50 S-7 Concrete Encasement LF 200 S-8 41 Manhole EA 14 S-9 Channel Grading at Pecan Creek Sewermain Crossing Lump Sum n Bid Total 12178 P- L4 3. i r EXTENDED PRICE TOTAL $,.2 $ J?/, F70.0 $ o $ 3,6 00. o0 $ as 00 $ $ azoo 39/5 ,ox $ 0/.0v $ 3.ea 96 $ /yD.oo$ 7ddo,o~ $ aO.oo $ L/ado.o $ ~Sdo•~• ~ ~/~DOO,o, $ o?000,oo $/39, %iQ.,t DATE July 16, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9476 CONNECTION ENCLOSURES RECOMMENDATION We recommend this bid be awarded to the low bidder, Temple, Inc , for item one at $650 00 each and item two at $798 16 each The overall total bid of $20,981 60 SUMMARY This bid is for the purchase of special connection enclosures for some specific uses We have not carried these in warehouse stock and at present probably will not These are for a special purchase for a specific use BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Electric Utilities FISCAL IMPACT There is no additional impact on the General Fund Respectfully submitted G Chris Hartung City Manager Prepared by N e 4~-Aujrrhaslng Marshall, C P 11 e Agent Approved e Marshall, C P MM itle Purchasing Agent I w W V) n CD r_ o o _ w O I N I~ O 94 O C> 0 Q ° s z o ~ N w 00 U 00 N 04I O Z O O C ° C'j Z N Y V 41 V D Ln m W U 00 = N U O O O J Q O O b CL z 4J LO W O O C W > LO d' O N F lD co U V a . o p w C E C%j S- W 00 r N mt , ge E J z N ~--I t 0 ~O W L Ln > -:r W W I~ 01 7 N H- l0 t\ D cY E N w n s N N ~ CD cli CL C\j Z O W 00 04 H F CD CD 0) N H O O O C. O H W N U U N O W O ° ro l0 Z Ol I A . G Rf O 7 a i 01 U '7 ~O d j n r O) H C i O r r L 4- N N H f O W O O W a R F Z O H N FO W O L^ ~ DATE July 16, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9479 RESURFACE GYM FLOOR AT NORTH LAKES RECOMMENDATION We recommend this bid be awarded to the low bidder, Leago Distributors of Wichita, Kansas, for the total $11,885 00 SUMMARY This bid is for the resurfacing of the gym floor at North Lakes Recreation Center The present surface has completely worn off The resurfacing must be done to maintain the floor and to make ready for future use this next season BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED The programs at North Lakes would be restricted or curtailed without repairs soon FISCAL IMPACT There is no additional impact on the General Fund Respectfully submitted G Chris Hartung City Manager Prepared by olh MarshalG~~M itl Purchasing Agent Approved Pe o n' Marshall, P Pe Purchasing Agent a 0 m z w a 0 0 z w 0 0 z w o a w q = o ni o z o W aa~ > . P4 0 Q z w 0 a o 0 cm N z ~ 4J W J r Q a 0 0 z 0 0 J ti z 0 W ]G N J 0 04 N H a U O m i U) z fi o W . r Ca W CD C~ o W z o E T ~ OJ i H \ N G O ? W 7 M N ro i J O LL E DH i Z E~ D a z o a W U H - ~ b DATE July 16, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9480 CROWN LANE MARKERS RECOMMENDATION We recommend this bid be awarded to the low bidder, Saf-T-Mark Safety Co , for the amount of $7,927 50 SUMMARY This is for the Traffic Dept and is to properly mark new streets and intersections for the traffic to flow safely BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED STreet Repair and Construction FISCAL IMPACT Budget Account #100-002-0012-8303 Respectfully submitted G Chris Hartung City Manager Prepared by N blin' Marshall, C P M le Purchasing Agent Approved - gtl~ - N 46h6 0- Marshall, C M tle urchasing Agent a 0 0 z w a 0 m z w a 0 A z w a 0 C] z w a 0 z 0) w > at w M g a o z Ln LO w cn " C i N w a o Ln o C 0 0 E H E a N M a w Y M U ° O LO 1 w > 00 N [a rn H N w O 0) Z O a w J N N Q N O H Z O 7 3 G i - H O C O r C O V T U 3 ti lJ.. im O H N z E o H. D a z 0 ] A N U i H 04 U ..i (V n m 0 4 DATE July 16, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9484 MOBIL RADIOS RECOMMENDATION We recommend this bid be awarded to the single bidder meeting specification of Motorola Communications Prices are firm for 6 months The initial purchases for 1984-85 year are listed below Additional items may be purchased in the 1985-86 fiscal year SUMMARY This bid is for the purchase of both mobil radios for motor vehicles and hand held portable radios These units will be for Electric Metering and Substations, Police Department, Building Inspection and warehouse stock BACKGROUND Tabulation Sheet (Bid sent to 3 qualified bidders) PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Meter Reading & Sub Station, Police Department, Building Inspection FISCAL IMPACT 1984-85 Budget Funds 610-008-0253-9227 Meter & Substations $16,669 80 100-002-0010-8344 Building Inspections 4,260 90 100-007-0043-8110 Police Department 4,347 00 710-004-0598-8703 Warehouse Stock 4,428 20 $29,705 90 Respectfully submitted G Chris Hartung City Manager Prepared by - ~n Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved ;m<e on J Marshall, M le Purchasing AGent a 0 Q z w x 0 Q z w 94 S z w x z W S z w I N < CD M O ('14 J O O O i to p C Z ON O co ON O ~ > a V LO M O C P'. O Q z w E CL o N ~ H P. H O OD W o .r Q O C ~ L v ~ rn W m m m a a i J F O] LC > +J r- 00 r g ; L r O 7 O O O v -i CL W a C r N F W a Z O Q p W V N N M p] Q7 0 C