Loading...
1985-0980923L NO 16-- ff 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 that the City Council approve $3,000, and the Code of Ordinances requires all expenditures of more than 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 9454 BAR Constructors, Inc $566,976 37 SECTION II That the acceptance and approval of the above competititve 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 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 a bids and the execution of improvements as authorized authorizes the expenditure amount as specified in such executed pursuant thereto SECTION V nd approval of the above competitive contracts for the public works and d herein, the City Council hereby of funds in the manner and in the approved bids and authorized contracts That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the ~L~ ay of , 1985 CIT OF DE TON, TEXAS ATTEST C HLOTTE ALLEN, CITY SEUKETAKY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY 0 PAGE TWO DATE 5-21-85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9454 DRAINAGE IMPROVEMENTS-STANLEY & THOMAS RECOMMENDATION We recommend this bid be awarded to the low bidder, BAR Constructors, Inc in the amount of $566,976 37 SUMMARY This bid was sent to our several contractors in this area We received only four bids ranging from the low bid of BAR Constructors for $566,976 37 to a high of $792,969 00, a 38 5 percentage difference This is a greater difference than we usually see in bids of this nature We have, however checked out this contractor and found them to be okay BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED This is a Capital Improvement project FISCAL IMPACT There is not impact on the general fund Respectfully submitted G Chris Hartung City Manager Prepared by 0 J hi J Marshall, C P M itl Purchasing Agent Approved o n J Marshall, C P M it1 Purchasing Agent a s 9 O ba m e ~ d n ~ 77 C C Z d H ~ HH <R IA H N W _ V A ? N m n c in e CO N ~ H N ~ O F ~ z I z a 3 -i `n m v o N O r4 < q 2 n ® ~ a O ~ O 2 to n ae T n O < A Z P V f v A W --i V O H < O D C t ~ + ~ A ~O Gl O~ A ti T w ~ 1 0 0 I 4 STATE OF TEXAS COUNTY OF DENTON ) ( V S-q U THIS AGREEMENT, made and entered into this 22 day of May A.D., 19 85, by and between City of Denton. 215 E. McKinney of the County of Denton and State of Texas, acting through G. Chris Hartung thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and BAR Constructors, Inc., P.O. Box 10, 613 E. Main St., Lancaster, TX 75146 of the City of Lancaster County of Dallas and state of Texas Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: Bid #9454 Drainage Improvements - Stanley & Thomas Streets Purchase Order #68361 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 CONTRACT AGREEMENT 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by Jerry Clark. P.E. City Engineer City of Denton Texas , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay.the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: _City of Denton. Texas i Part of t:hfi First Part,/OWNER i ) f C By G. Chris Hartun9CitY°Maner (SEAL) 0' 1, d ATTEST: BAR Constructors, Inc. Party of the Second Part, CONTRACTOR BY _ _ ld 'Title Isidro Arrambide, Jr President (SEAL) APPROVED AS TO FORM: . I kov~ city/attorney CA-2 r~j3 we Z r_ 0044b PERFORMANCE BOND STATE OF TEXAS COUNTY OF Denton ) ( KNOW ALL MEN BY THESE PRESENTS: That BAR Constructors, Inc. of the City of Lancaster County of Dallas and State of Texas as PRINCIPAL, and Fidelity and Deposit Conpany of --,aryland , 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 as OWNER, in the penal sum of Five Hundred Sixty-Six Thousand Nine Hundred Seventy- Six and 37/100---- Dollars ($566.976.37 ) 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 2_ day of May 19Rq , for the construction of Bid.#9454 Drainage Inprovements - Stanley & Thomas Streets which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22nd day of may , 19 85 . BAR Constructors, Inc. Principal By r Title President Address P. O. Box 10 Lancaster, TX 75146 Un VSEAL) _ fie name-and,addie Fidelity & Deposit Company of maryland Surety Title Attorney-in-Fact Address Richard Arnold Insurance Agency, Inc. 4455 LBJ Freeway, Suite 412 Dallas, TX 75234 of the Resident Agent of Surety is: (SEAL) Richard F. Arnold, Richard Arnold Insurance Agency, Inc. 4455 LBJ Freeway, Suite 412, Dallas, TX 75234 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: of the City of That BAR Constructors, Inc. Lancaster County of Dallas , and State of Texas , as principal, and Fidelity & Deposit Conpany of Maryland authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto City of Denton , OWNER, in the penal sum of Five Hundred Sixty-Six Thousand Nine Hundred Seventy-Six and 37/100-------------------- Dollars ($566,976.37 ) 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 2_ day of may , 19 85 Bid #9454 Drainage Improvements - Stanley & Thonas to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of. time, alteration or addition to the. terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work'to be performed thereunder. IN WITTINESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22ndday of May , 19 85 BAR Constructors, Inc. Principal Fidelity & Deposit Conpany of Maryland Surety Title President Title Attorney-in-Fact Address P. O. Box 10 Lancaster, TX 75146 Address Richard Arnold Insurance Agency, Inc. 4455 LBJ Freeway, Suite 412 Dallas, TX 75234 ^ r ~ SEAL) : s of the Resident Agent of Surety is: Richard F. Arnold, Richard Arnold Insurance Agency, Inc. 4455 LBJ Freeway, Suite 412, Dallas TX 75234 PB-4 0092b MAINTENANCE BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: THAT BAR Constructors, Inc. as Principal, and Fidelity & Deposit Company of Maryland a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of Fifty-Six Thousand Six Hundred Ninety-Seven and 64/100--------- Dollars 56,697.64 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 BAR Constructors, Inc. has this day entered into a written contract with the said City of Denton to build and construct Bid ##9454 Drainage IMroyements - Stanley & Thonas Streets 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 BAR Constructors, Inc. as Contractor and Principal, has caused these presents to be executed by Isidro Arrambide, Jr. and the said Fidelity & Deposit Ccrpany of Maryland as surety, has caused these presents to be executed by its Attorney-in-Fact Richard F. Arnold and the said Attorney-in-Fact has hereunto set his hand this 22nd day of y , 19 85 SURETY: PRINCIPAL: Fidplity & Deposit Co any of Maryland BY: BAR Constructors, Inc. President 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 1. WORKMEN'S COMPENSATION STATUTORY II. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each occurance Aggregate Property Damage $100,000 Each accident III. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 $1,000,000 Each person Each accident Property Damage $100,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with the following limits: 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 VI CERTIFICATE OF I STOPS SET TAB ISSUE DATE (MM/DD/VY)°, NSURANCE ® PRODUCER - - - " Richard .Arnold Ins.. Agcy THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFIC T 4455-LBJ Frey, Suite 412 A E HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. " Ga l l as,, Tx 75234 - COMPANIES AFFORDING COVERAGE " COMPANY A LETTER Granite -State Insurance Co.. COMPANY INSURED - LETTER B NeW Hampshire Insurance Co.. Bar-Constructors, Inc PO Box 10 COMPANY LETTER C -Lancaster, Tx 75146. COMPANY D - LETTER - - - " - COMPANY E - LETTER COVERAGES - THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW H NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF AN AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.i Y CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTI BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED. BY THE PO FICATE MAY LICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDI- TIONS OF SUCH POLICIES. , , CO LTR TYPE OF INSURANCE - - POLICY NUMBER PODCY ERECTNE POLICY ERPIRATION LIABILITY LIMITS IN THOUSANDS DATE (MMMR(M DATE (MWWNY) EACH t OCCURREN E AGGREGATE' G ENERAL LIABILITY - - COMPREHENSIVE FORM - , - - GLA, 297028 2-11-85 -2-11-86 BODILY INJURY $ 500 - $ 500 - , , PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PROPERTY DAMAGE $100 - $500 , PRODUCTS/COMPLETEDOPERATIONS CONTRACTUAL - - - w a PD COMBINED $ @ $ ? - INDEPENDENT CONTRACTORS _ BROAD FORM PROPERTY DAMAGE " - PERSONAL INJURY PERSONAL INJURY . 500 - - A UTOMOBILE LIABILITY - - BRAY ANY AUTO - RON (PER RmA1 $ SOO, _ ALL OWNED AUTOS`(PRIV: PASS.) GLA" 29 70 28 2-11-85 2-11-86 SLY - ALL OWNED AUTOS (OTH PRI ERPTHAN) Kim 09 ACODDM $5 0 HIRED AUTOS 0 NON-OWNED AUTOS - PROPERTY DAMAGE $100 - GARAGE LIABILITY - BI 8 COMBINED $ EXCESS LIABILITY - x UMBRELLA FORM C 871 15 26 2-11-85 2-11-86 BI & ED COMBINED $-1.000 $10000 + OTHER THAN UMBRELLA FORM 1 0 - WORKERS' COMPENSATION . 73-57-69 2-11-85 2-11-86 STATUTORY- III AND $1~• (EACH ACCIDENT) - EMPLOYERS' LIABILITY 5OO - (DISEASE-POLICY UMII) OTHER - - $100 (DISEASEEACH EMPLOYEE) Contractors IM" 63 07 62 _ 6-18_84 Equipment 6-18-85 eased or Rented,Equip. -DES CRIPTION OF OPERATInNRn ncennu TI cvc..,.., 00 DO a,./u/_ one la$$.' 75,000 any one Ci ty' T of- Denton 901=861`exas St. Denton, Tx 76201 Bid # 9454 Attn: JOhn.J, Marshall, C.p.M. - Purchasing Agent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 7-A DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, T FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABRFTY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 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 9454 Bid 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-5700,000 Comprehensive _ Bodily Injury - General Liability $ Each Occurrence _ Aggregate Products $ & Completed Operation Property Damage $ Each Occurrence $ Aggregate Operations S Aggregate Protective S Aggregate Contractual Aggregate rrooucts $ & Completed Operation Comprehensive Bodily Injury Automobile Liability- 5 Each Person $ Each Occurrence Property Damage S Each Occurrence 'Absence of any appropriate entry means no such insurance is in force. 1AME AND ADDRESS OF AGENCY "Covers all owned, non-owned or hired vehicles - 7 L LJ PHONE NMEP. OF AGENCY L~ - - - ....~.....,..a...o „qy, mlw wn.uanRS rererrea To agave. . BID TABULATION SHEET STANLEY - THOMAS DRAINAGE Item Description 104A Remove Concrete Pavement 1043 Remove Concrete Curb k Gutter 110 Unclassified Excavation 260 340A 1 340A 2 340B 421A 421B 421C 432 440 450 465A 465B 465C 465D 465E 465TH 465G 465H 4651 470A 470E 470C 470D 470B1 470B2 470C1 +701)1 Trevira Subgrade 3 1/2" Type G Asphalt 1 1/2" Type D Asphalt Type D Asphalt Patch Extend 4.5 x 8.5 Box Culvert 6'x3' Concrete Box Culvert 6'x4' Concrete Box Culvert Class B Concrete Rip-Rap Reinforcing Steel Metal Beam Guard Fence 15" R.C.P. 18" R.C.P. 21" R.C.P. 24" R.C.P. 27" R.C.P. 30" R.C.P. or C.M.P.-C.L.. 36" R.C.P. or C.M.P.-C.L. 42" R.C.P. or C.M.P.-C.L. 48" R.C.P. or C.M.P.-C.L. 4' Dia Manhole and Cover b' Curb Inlet 8' Curb Inlet 10' Curb Inlet 6' Curb Inlet-Special Type II 6' Curb Inlet-Special Type I 8' Curb Inlet-Special Type III 10' Curb Inlet-Special Type I BID I/ 9454 POI/ Unit Bid Quantity Unit Price Ext Total SY LF CY SY SY SY TONS LF LF LF SY LB EA LF LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA 40 935 935 425 335 335 300 14 1021 40 680 220 2 564 754 436 585 1068 321 546 306 512 1 18 12 4 1 1 1 1 `7 L C 1~z ,c L, -CU 1']~NO /T411.~5 1~0 '4 al O ~o 3/ oS 35 3s 3,33 kl ~7 84 q Cv Co GGoo 0000 c0 a a5~,°C a So O / '10 a 8'05 0033 co ~to SCC;3~~°~ h Spa 8k SG~oI~ 60 /5090 a, a31a3 ~b X383/ ~g 31 ~/Co`f !to l7 I GO°` 1,4kC003 /S~ CO / oP ^ 1 BID # 9454 POI BID TABULATION SHEET STANLEY - THOMAS DRAINAGE Item 470D2 470E 470F 470G 470H 471 522 524 SP2 SP3 SP4 SP5 Description 10' Curb Inlet-Special Type II Rebuild Existing Inlet 5'x5' Junction Box & Cover 8'x5' Junction Box & Cover 10'x5' Junction Box & Cover Inlet Frame & Cover Concrete Curb & Gutter Concrete Drive Concrete Sawcut Adjust Existing Waterlines Adjust Existing Water Serv Adjust Existing Sewer Serv Idendums Received Unit Bid Quantity Unit Price Ext Total EA 1 a35~'CIO ;235G"O EA 1 csCv~O ~SZ~~ EA 4 EA 4 ~~C oa /U y3c) G° EA 1 EA 30 y~co ~a~~oe LF 445 °O SY 24 3G°U 7c~ LF 140 cwo ~o EA 26 / -7?eG 30 S`"~?,0 EA 10 J-~°o EA 10 'ZS-00 -]~pO _ 37 TOTAL (:(o = $ tS X7(0 BID SUMMARY TOTAL BID PRICE IN WGRDS - IL,Lc ,~-e _ J i i iv nl L v n( t~ ; , , - 37 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. Each proposal page or project included may constitute a separate bid and will be considered for that portion of the entire project. Awards will be made separately or in combination, whichever is considered the lowest and best evaluated offer to the City of Denton, Texas. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. ft~ Cor1St-ruc-~ors Inc CONTRACTOR BY 1s ;d e r'r~ P O . /2), x /o Z,ee t A dd re s 3 :3r ncaster, % X 75/ City and State Seal & Authorization (If a Corporation) Telephone 7-,5 11 P - 3 s 0 full force and effect of the, date thereof; do hereby nominate, constitute, and appoint Richard. F. Arnold of The FIDELITY AND DEPOSIT COMPANY OF MARYLAND e D FIDELITY AND DEPOSIT COMPANY ' 'Companies HOME OFFICES: BALTIMORE, MD. 21203 - r POWER OF ATTORNEY . . KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. ,Vice-President, and C. W. ROBBINS ,Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Caws of said Companies, which are setforth on [he reverse side hereof and are hereby certified to be in Dallas, Texas t e true and lawful agent and Attorney-in-Fact of each, to make, execute, seal and deliver, for, and on its behalf as 'surety, and as its act and deed: any and all bonds and undertakings, each in a penalty not to exceed the stun of ONE MILLION DOLLARS '($1,000,000)...EXCEPT-bonds on.behalf of-Independent Executors, Community Survivors and Community Guardians nd the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons.. Thispower of attorney revokes that issued on behalf of-Richard F. Arnold, dated, December _18, 1979: t IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this 1..th day of------....------November----....-•-------.....,A.D. 19..A3......... ATTEST: FIDELITY AND DEPOSIT COMPANY OF RYLAND SEAL - - - ssistant Secretary - By A ia.Prn FIDELITY AND DEP COMPANY % 01 40P Assistant Secretary Via.President STATE OF MARYLAND CITY OF BALTIMORE f as' ' - On this 14th J day of November A.D. 1983 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the,individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being byy me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the ppreceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly .(fixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal at the City of Baltimore the da and at first above written. ~4.e / 4A yrMOT.sY i1 No P[uA6kc sl. as `l: My commission expires.--.July ----1986 CERTIFICATE vvcrwu- COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice-Presidents specially authorized by the Boirds of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2.f the respective By-Laws of the FIDELITY, AND DEPOSIT COMPANYOF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. - This certificate may a signed by facsimile under ahd by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT -r COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1%9 and of the Board of Directors of the FIDELITY AND.. DEPOSIT COMPANY C. meeting duly called and. held on the 2nd. day of November, 1978. - N RESOLVED: "That the facsimile or mechanically reproduced sign, are of anyAssistant Secretariat the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy. o(anYyower of attorney,issued b`ythe Company, shell be valid and binding upon the Company 4 with the same force and effect as though manually affixed.' a- IN TESTIMONY WHEREOF,I have hereunm subscribed my name and .(fixed the corporate seals of the said Companies, this .......~~nd t Aa ° Ma _ - dayof y...y„.~ 19 $5.. Y 9 / J4 ~s w. . / L1419 (Tx)°'a 068-6022 - . ' - t Se[retarv~.... , FOR YOUR PROTECTION IAOK-FOUR"FHE F&D WATERMARK n EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The President,or any Executive Vice-Presidents,or any of the Senior. Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr-. ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, and At- tornies-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." - EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The President, or any one of the Executive Vice-Presidents, or any one of the additional Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by andwith the con- currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or per- sons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in- struments and documents which the business of the Company may require, and to affix the seal of the Company thereto." r C s -