Loading...
1985-0560893L (44L) NO 3.5- .6-6 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 improve- ments 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, TEXAS 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 9426 SECTION II CONTRACTOR 0 L D Company $73,750 00 AMOUNT That the acceptance and approval of the above competititve bids shall not constitute a contract between the City and the PAGE 1 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 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 19th day of March 985 I RD 0 TT EE , AY R CITY OF DENTON, TEXAS ATTEST C LO E E, CITY SECREETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM JOE D MORRIS, ACTING CITY ATTORNEY CITY OF DENTON, TEXAS BY PAGE 2 DAIL 3-19-85 C11Y COUNCIL RGPOItI rORMAI 10 Mayor and Members of the City Council rROM G Chris 11artung, City Manager SUBJ BC1 BID #9426 CLEAN & PAINT 2,000,000 GALLON GROUND LEVEL WATER STORAGE TANK RBLUI01Bt4VA11014 We recommend this bid be awarded to the low bidder, 0 L D Company, Inc , for the total amount of $73,750 00 Work to begin on or before May 1, 1985 SUIIM AR Y This bid is for the contractual services to clean and paint the inside of this water tank at the Water Production Plant We received only three bids However, we sent invitations to some six prospective vendors BALKGROUND Tabulation Sheet PRU6RA1`4S DEPAR1MIsNIS Olt 6RUUFS ArrBCIhD Utilities Improvement Program as budgeted riSCAL 114FACI There is no fiscal impact on the General Fund Respectfully submitted G-(.m &-Tia~Lu ii g City Manager Fr-"ared b n~✓doYn'J Marshall , C P M isle Purchasing Agent Approved j e n arsh M tie urchasing Agent 1'~ RR ~ 4 W .-C 2~ b H ae O J N a ~ N y G7 pe d d N a y a W ro ul ~ M ~ O ~ I Z N O Z I ~ A V n O Ui W 0 ' Cl 3' r ° O a c x Z v ~ - o ~ c v cn W =3~ z a ' __q A g $ m z r A O A C O 4 CD O1 m a -a o WD a w ~ PO z ~~pyy vo Q z d 0 a+ s f0 v CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 21 day of March A.D., 19 85, by and between The City of Denton, Texas, Utilities Department of the County of Denton and State of Texas, acting through Q. Chris Hartung. City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Obie L. Dow dba 0 L D Company Inc P.O. Box 583 Mineral Wells TX 76067 817/325-5682 of the City of Mineral Wells County of Palo Pinto 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 #9426 Clean.& Paint 2.000.000 Gal. Ground Level Water Storage Tank Purchase Order #67562 in the amount of $73,750.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies,. machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b Wri-tten explanatory matter thereof, and the Specifications therefore, as prepared by Jerry Roush, Water Production - Utilities 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: ATTEST: YliZA"r-~t City of Dentop., Texas City Manager "-9 ; (SEAL) - , By tle Obie L. Dow, Presi APPROVED AS TO FORM: City Attorney CA-2 (SEA Obie L. Dow, Individually 0044b STATE OF TEXAS COUNTY OF Denton .A PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That obie L. Dow dba O.L.D. Company, Inc. , of the City of Mineral Tge] is County of Palo Pinto , and State of Texas as PRINCIPAL, and Allied Fidelity Insurance Company , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the City of Denton, Texas, Utilities Department as OWNER, in the penal sum of Seventy-Three Thousand Seven Hundred Fifty and _ no/100------------- Dollars 73,750.00 ) 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 21 day of March , 19 65, for the construction of Bid #9426 To Clean & Pain a 2 Million Callon round Lev 1 Water Storage Tank which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and - meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this Io day of 19 i Principal Title Address Y Surety (7 Cftl'e olyn L~ Greenou h Title Attorney-in-fact Address P O Box 700 Melbourne, Florida 32902-0700 7 address of the Resident Agent of Surety is: NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b A► Allied ~4,51D~ Fidelity Insurance Co. 8945 North Meridian Street . Indianapolis, Indiana 46260 . 1 18001 428-5730 AC NO 093906 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached to the bond which it authorizes executed. It specifies the LIMIT OP THE AGENT'S AUTHORITY AND THE LIABILITY OF THE COMPANY, HEREIN. THE AUTHORITY OF THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY 3r 'i SHALL N s t,.,.. f :j i OT EXCEED' ice. `:I'vie 'dii311 ULLLAP~~ USE OF MORE THAN ONE POWER VOIDS THE BOND ALLIED FIDELITY INSURANCE CO., an Indiana corporation, having its principal office in the City of Indianapolis, State of Indiana, does hereby make, constitute and appoint: Kenneth W Samzzyn Richard P love, Jr. , Wi 11~ i 3m W Ri gel ns Carol yn I r ough -in the City.of --Melbourne ,.County.of' - Rrerrar(i State of Elnricin its true and lawful attorney-in-fact, at Melhnyurne in the State of Florida , to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, and undertakings in behalf of court fiduciaries, who under the jurisdiction of a . court, administer property held in trust; public official bonds; license and permit bonds; tax, lien, and miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees, provided that the liability of the company as surety on any such bond executed under this authority shall not in any event exceed the sum shown above. THIS POWER VOID IF ALTERED OR ERASED The acknowledgment and execution of any such document by the said Attorney-In-Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following By-Law adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 29th day of April, 1982: "The President shall have power and authority to appoint Attorneys-in-Fact, and authorize them to execute, on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other surety and writings obligatory in the nature thereof; and he may at anytime in his judgment remove any such appointees and revoke the authority given to them; and with respect to any Certified Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company, may be affixed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile seals shall be valid and binding on the Company, in the future, with respect to any bond, undertaking or instrument of suretyship, to which it is attached." IN WITNESS WHEREOF, Allied Fidelity Insurance Co. has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 6th day of July, 1982. Secretary ALLIED FIDELITY INSURANCE CO. 44V4,0(. 0. 0/- BY President THIS POWER DOES NOT AUTHORIZE THE EXECUTION OF BONDS FOR LOAN GUARANTEES STATE OF INDIANA SS: COUNTY OF MARION On this 6th day ofJuly, 1982, before me a Notary Public, personally appeared H. O. CROQUART and T. L. EADS, who being by me duly sworn, acknowledged said instrument to be the voluntary act and deed of said Corporation. / v I V f ' C Notary Public, Marion County, Indiana My Commission Expires: 1/19/87 Notary Public •eikM* 1. ONLY ONE POWER OF ATTORNEY MAY BE ATTACHED TO A BOND. 2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT, BUT SHOULD REMAIN A PERMANENT PART OF THE OBLIGEE'S RECORDS. 3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS, OR BONDS FOR CRIMINAL APPEARANCE. STATE OF INDIANA SS: COUNTY OF MARION I, Frances A. Wilkinson, the Assistant Secretary of Allied Fidelity Insurance Co., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Allied Fidelity Insurance Co., which is still in full force and effect. This Certificate may be signed and sealed by facsimile under and by the authority of the following resolution of the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 29th day of April, 1982: "RESOLVED: That the use of a printed facsimile of the corporate seal of the company and of the signature of an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President pursuant to the By-Laws appointing and authorizing an Attorney-in-Fact to sign in the name and on behalf of the company surety bonds, underwritings, undertakings or other instruments described in said By-Laws, with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said corporation, this 12 day of ADrii 19 85 Assistant Secretary PAYMENT BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: That pbie L. Dow dba C.L D C env Inc. of the City of N;na-c; [nipIlq County of Palo Pinto and State of p.,aG as principal, and Allied FiI lit Insurance C i authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto City of Denton, Texas, Utilities Department OWNER, in the penal sum of Seventy-Three Thousand Seven Hundred Fifty and no/100--------------------------- Dollars 73,750.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 2- day of _ March 19 85 . Bid9426 ';b Clean & Paint a 2 Million Gallon (Pound Level Water Storage Tank to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration. or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 12 day of April 19 85 , r Princi 1 By ZCY ' Allied Fidelity Insurance Company Surety Title 2E Address address of the Resident Agent of Surety is: PB-4 (SEAL) 0092b Melbourne Florida 32902-0700 11 34► XMIN 104 WOW Allied 41,10 Fidelity Insurance Co. 8945 North Meridian Street . Indianapolis, Indiana 46260 . 1 (800) 428-5730 AC N° 09390.5 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached to the bond which it authorizes executed. It specifies the LIMIT OF THE AGENT'S AUTHORITY AND' THE LIABILITY OF THE COMPANY, HEREIN. THE AUTHORITY OF THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY SHALL NOT EXCEED it $t ;t T~it$ ia3el ?st 3>"iU., ,N VLJ uLLfi S* USE OF MORE THAN ONE POWER VOIDS THE BOND ALLIED FIDELITY INSURANCE CO., an Indiana corporation, having its principal office in the City of Indianapolis, State of Indiana, does hereby make, constitute and appoint: i Richard P Tnca, Tr Kenneth w S imz3nys William W Bigelow or Carolyn L Greenough in the City-of Melbourne County, of Brevard State of Florida its true and lawful attorney-in-fact, at Melbournt, in the State of Florida , to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, and undertakings in behalf of court fiduciaries,.who under the jurisdiction of a court, administer property held in trust; public official bonds; license and permit bonds; tax, lien, and miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees, provided that the liability of the company as surety on any such bond executed under this authority shall not in any event exceed the sum shown above. THIS POWER VOID IF ALTERED OR ERASED The acknowledgment and execution of any such document by the said Attorney-In-Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following By-Law adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 29th day of April, 1982: "The President shall have power and authority to appoint Attorneys-in-Fact, and authorize them to execute, on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other surety and writings obligatory in the nature thereof; and he may at any time in his judgment remove any such appointees and revoke the authority given to them; and with respect to any Certified Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the Company, may be affixed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile seals shall be valid and binding on the Company, in the future, with respect to any bond, undertaking or instrument of suretyship, to which it is attached." IN WITNESS WHEREOF, Allied Fidelity Insurance Co. has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 6th day of July, 1982. 'S$1A~ a Secretary ALLIED FIDELITY INSURANCE . - C67- \dovC o - 014&„Aa, BY President THIS POWER DOES NOT AUTHORIZE THE EXECUTION OF BONDS FOR LOAN GUARANTEES STATE OF INDIANA SS: COUNTY OF MARION On this 6th day of July, 1982, before me a Notary Public, personally appeared H. O. CROQUART and T. L. FADS, who being by me duly sworn, acknowledged said instrument to be the voluntary act and deed of said Corporation. (~///•~4 ~C lg9AL Notary Public, Marion County, Indiana O: My Commission Expires: 1/19/87 Notary Public *010+ 1. ONLY ONE POWER OF ATTORNEY MAY BE ATTACHED TO A BOND. 2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT, BUT SHOULD REMAIN A PERMANENT PART OF THE OBLIGEE'S RECORDS. 3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS, OR BONDS FOR CRIMINAL APPEARANCE. STATE OF INDIANA SS: COUNTY OF MARION I, Frances A. Wilkinson, the Assistant Secretary of Allied Fidelity Insurance Co., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Allied Fidelity Insurance Co., which is still in full force and effect. This Certificate may be signed and sealed by facsimile under and by the authority of the following resolution of the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 29th day of April, 1982: "RESOLVED: That the use of a printed facsimile of the corporate seal of the company and of the signature of an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President pursuant to the By-Laws appointing and authorizing an Attorney-in-Fact to sign in the name and on behalf of the company surety bonds, underwritings, undertakings or other instruments described in said By-Laws, with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said corporation, this day of Anr; I 19 85 . CZ. 0.`2A.,•...a Aaeistant Secretary MAINTENANCE BOND STATE OF TEXAS COUNTY OF Denton )C obie KNOW ALL MEN BY THESE PRESENTS: THAT C.L.D. L. Dow nV, Inc as Principal, and Corn pany a Corporation authorized F do eldoy bus iesse ins they State of Texas a s 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 Seven Thousand Three Hundred Seventy-Five and 50/100--------------- the total amount of the contract for the pa Dollars 7,375.50 l0Y of surety do hereby bind themselves, their payment successors which - nd asssigns, pj i tly and severally. This obligation is conditioned, however, that: WHEREAS, said Ql2ie i Dnw dba p r D Inc. has this day entered into a written contract with the said City of Denton to and construct R;ri 4OA99 r,.:__ e wincn contract and the plans and specifications therein mentioned, adapted 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: contract, it is provided~t~ the Contractors will imai maintain and keep in good and the work therein contracted to be done and performed for a period of one (1) repair from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward 'the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the. terms and provisions of said contract and this bond. 0093b MB-1 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. further It is agreed continuing one against he Principal and Sur Surety and that this successive recoveries be 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 Obie L. Dow dba Inc. as Contractor and Principal, has caused these presents to a executed by and the said Allied Fidel it Insruance C y as surety, has caused these presents to be executed by its Attorney-in-Fact Carol m L Greenough and the said Attorney-in-Fact has hereunto set his hand this 12 day of April 19 85 . SURETY: PRINCIPAL: MB-2 0093b I1 A► ~A Allied 1e.VA'F Fidelity Insurance Co. 8945 North ; Meridian Street . Indianapolis, Indiana 46260. 1 (800) 428-5730, AC N 09388'0 POWER OF ATTORNEY ' KNOW-ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached' to the bond which 'it authorizes executed. It specifies the LIMIT OF THE-AGENT'S-AUTHORITY AND THE LIABILITY, OF THE COMPANY, HEREIN. F' THE AUTHORITY OF THE ATTORNEY-IN-FACT and THE LIABILITY OF THE COMPANY Y, x u[kE HUNDRED THOUSAND DOLLARS ' SHALL NOT EXCEED USE OF MORE THAN ONE POWER VOIDS HE T BOND ALLIED FIDELITY INSURANCE CO., an Indiana corporation, having its principal office m the City of.Indianapolis, State of Indiana, does hereby make, constitute and appoint: Kenneth W. .Sawcz yn, Richard P. Love Jr.", William W. Bigelow or .Carolyn L. Greenough Melbourne ' inahe City.of County of Brevard Staterof Florida its true and lawful attorney-in-fact, at Melbourne in th'e State of Florida to make, execute, seal and delider for and on its behalf, aand + as its act and deed, bonds, and undertakings in behalf of court fiduciaries, who under the,lurisdiction of a court, adminis'ter' property held in public official bonds; license and permit bonds; tax; lien, and miscellaneous bonds; required by Federal, State, County, Municipal Authority, or other obligees; provjded:.:~.. c that the liability of the company as surety on any such bond executed under this authority shall not in any event exceed the sum shown above. THIS POWER VOID IF ALTERED :OR ERASED, "The acknowledgment and execution of any such document by the said Attorney-In Fact shall be. as = binding upon the Company as if such bond had been executed and acknowledged by the regularly elected ' officers of this Company. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of 'the following$y-Law adopted by the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly 4 called and held bn the 29th day of April, 1982:' "The President shall have,power and authority to appoint Attorneys-in-Fact,`and authoriie.them to % _ execute, on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and'other surety and writings obligatory in the nature thereof; and he may at anytime in his judgment;;. q remove any such appointees and revoke the authority given to them; and with respect to any Certified Copy of any Power of Attorney, the signatures of any issuing or attesting officer, and the seal of the E ; Company, may be affixed to such Power of Attorney or to any certificate relating thereto, by facsimile; and such facsimile signatures and facsimile seals shall be valid and binding on the Company, to the S future, with respect to any bond, undertaking or instrument of suretyship, to which it is attached IN WITNESS :WHEREOF, Allied Fidelity Insurance Co. has caused its `official seal to be hereunto affixed, and these presents to be"signed by its duly authorized officers this 6th day of'July, 1982 STATE OF INDIANA 1 SS: COUNTY OF MARION ) On this 6th day ofJuly, 1982, before me a Notary Public, personally appeared H. O. CROQUART and T. L. EADS, who being by me duly sworn, acknowledged said instrument to be the voluntary act and deed of said Corporation. t0 Notary Public, Marion County, Indiana SEAL ' My Commission Expires: 1/19/87 Notary Public 'oi 1. ONLY ONE POWER OF ATTORNEY MAY BE ATTACHED TO A BOND. 2. POWER OF ATTORNEY MUST NOT BE RETURNED TO ATTORNEY IN FACT, BUT SHOULD REMAIN A PERMANENT PART OF THE OBLIGEE'S RECORDS. 3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS, OR BONDS FOR CRIMINAL APPEARANCE. STATE OF INDIANA COUNTY OF MARION } SS: I, Frances A. Wilkinson, the Assistant Secretary of Allied Fidelity Insurance Co., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Allied Fidelity Insurance Co., which is still in full force and effect. This Certificate may be signed and sealed by facsimile under and by the authority of the following resolution of the Board of Directors of Allied Fidelity Insurance Co. at a meeting duly called and held on the 29th day of April, 1982: "RESOLVED: That the use of a printed facsimile of the corporate seal of the company and of the signature of an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President pursuant to the By-Laws appointing and authorizing an Attorney-in-Fact to sign in the name and on behalf of the company surety bonds, underwritings, undertakings or other instruments described in said By-Laws, with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said corporation, this 12 day of ADri 1 19 8 . \T/t~ 4.ai Q. Assistant Secretary 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 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 $:500,000 each person $100,000 each accident $300,000 each accident $1,000,U00 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 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT. AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. ■ - -.This-is to Certify that = 0 L.D., .INC.- ' Y•= P.0..BOX-.583 MINERAL WELLS, TX .76067 ~~.~4 is,.at-the date of this certificate, insured by the Company under the I - is"subject to all then terms, exclusions' and- conditions-and Ls-not- document with te"spect to which this certificate may be issued. I Pohcy(i altered-I i LIAERTY_ Name and MUTUAL E address of Insured. a es) listed below. The insurance afforded by the hsfed policy(les) - - ly-any-requirement, term_Dr_condmon of any.contract onother . TYPE OF POLICY - EXPIRATION DATE -POLICY NUMBER - LIMITS- OF LIABILITY . - - - - - COVERAGE' AFFORDED UNDER W.C. LAW OF FOLLOWING STATES - LIMIT OF aIABILIT CCOV B (Indicate Limit for:each state) WORKERS'. - COMPENSATION- 1/1-/86: 'WC1-191_051273-015, TEXAS $100,000 _ - - - MARITIME COVERAGE-FOLLOWING STATES. LIMIT OF LIABILITY MARITIME COVERAGE ®coMPFORM HENSIVE FO ' BODILY.INJURY - PROPERT-YDAMAGE- ..f SCHEDULE. FORM. _ - -7/3/$7_ - :)(F2-19 1-05 12 73=054 -EACH $ EACH- - - - - - OCCURRENCE $ - OCCURRENCE -,Q PRODUCTS. COM PLETED OPERATIONS - - - - - - ' ¢ Y- _ - _ - , $ AGGREGATE _ $ AGGREGATE m uu ¢ INDEPENDENT CON - - - ~ - - _ ' Ur J TRACTORS/ CONTRAC - ' _ COMBINED' SINGLE LIMIT - TORS PROTECTIVE - BODILY INJURY AND PRO PERTY DAMAGE - _ . . $ 1 s D00000 - CONTRACTUAL ' - - -EACH OCCURRENCE - - LIABILITY _ _ - - $ 1, 000, 000 - AGGREGATE- - - 0. OWNED - - - - $ E m NON OWNED ACH ACCIDENT SINGLE LIMIT B.I -AND P.D COMBINED - ¢ ¢ - 1/1/86. ` - AE2-191-051273 025 $ _ EACH PERSON - J HIRED _ _ - - _ - " - EACH ACCIDEN $ T - - EACH ACCIDENT OR OCCURRENCE $ . _ OR OCCURRENCE % CONTRACTOR'S 1/1/86 MS2-191.0512737045 $45 000 - 0. EQUIPMENT _ , LOCAT ION(S) OF OPERATIONS It J OB # (It Applicabl e) - - - - - DESCRIPTION OF OPERATIONS: _ 1 1 NOTICEOF CANCELLATION: (NOT -APPLICABLE, UNLESS -A NUMBER-OF. DAYS IS ENTERED -BELOW),;BEFORE THE STATED EXPIRATION-DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES -UNTIL AT LEAST XX_DAYS NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN ' MAILED TO.- r- CI-TY OF 'DENTON PURCHASING DEPT. BETTY WIL_LIAMS! L.~ 901-B. TEXAS-,ST.- _ r AUTHORIZEDREPRESENTA7IVE _ DENTON, _TX -7620T195/R6 NR FORT WORTH DATE.ISS D' OFFICE --_j - this <erfhicaM is exebutad by LIBERTY MUTUAL INSURANCE COMPANY as respects such Insurance as is afforded by That Company it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as aespects.such Insurance 'as la afforded by_Thit Company. - - - _ c - _ - - - _ - - _ _ V - gS 134q R14„._,` SCHEDULE "B" CITY OF OENTON MINIMUM WAGE RATES FOR PUBLIC cNGINERING (HIGHWAY/HEAVY) CONSTRUCTION AND UNDERGROUND UTILITY CONTRACTS The rates below have been determined by the City Of Oentan Texas in accordance with the , prevailing local wages statutory requirements and . Overtime shall be paid far at the rate of one and one-half (1-1/2) times the regular rates for every hour worked in excess of forty (40) hours per week. Trade-Craft Classification late per Hour Air Tool Man Asphalt Heaterman Asphalt Raker Asphalt Shoveler 6.55 Hatching Plant Scaleman 5.00 Batterboard Setter 6.50 Carpenter Carpenter Helper - 6.65 Concrete Finisner (Paving) 5.45 7 05 Concrete Finisher Helper (Paving) . 3 ~0 - Concrete Finisner -ores) e . 5 30 Concrete Finisher eiper (Struct) . 5 55 Concrete Rubber . electrician Electrician Helper 3 50 Form Hui'-der (Structured 5.50 Form Suilcer Helper (Struct) 6.70 5 00 Farm Liner > (_aving s Curb) . . " 2 9 Form. Setter (Paving a Curb) . . 6 10 ?arm Setter Helper (Paving s Curb) . 4 50 Farm Setter (Structures) . 7 00 Farm Setter Helper (Structures) . 5 65 Laborer, Common . Laborer, Utility Man 4.00 Manhole Builder, Brick 90 Mechanic Mecnanic Helper 6.70 5 Oiler 00 Serviceman 5.05 Painter (Structures) r•75 ?aintar Helper (Structured ?lledriverman ?ipelayer ?ipelayer Helper 5.73 Powderman - 4.75 Reinforcing Steel Setter (?avlrg) 7.00 5 00 Reinforcing Steel Setter • 6 60 Reinf arcing Steel Setter Helper . 4 "a Steel Worker (Structural) . 5 L Steel Worker Helper (Structural) . Sign erector Sign =ractor Sei--er Spreader Box Kan Swamrer 5 00 Power eauipmenc Oeeracars• Asphalt Oistrihu-ar Asphalt ?aving Machine 5 00 Broom or Sweeper Operator 6.35 5 20 aulldozer 150 H2 s Less 5 25 Bulldozer 1-50 a? . Concrete Paving Curing Macnine Concr 4 - 6.73 6.50 ete ?av 9 Firani. g aacn 5.50 G - !I.5 Trade-Craft classification Rate Per Your Concrete Paving Fora Grader Concrete Paving Joint machine Concrete Paving Longitudinal Float 6.35 Concrete Paving Mixer 7 75 7 Concrete Paving Saw .05 Concrete Paving Spreader Paving Sub Grader Crane, Clamshell, Backhoe, Derrick, Oragline, Shovel (less than 1 1/2 Cy) 7,00 Crane, Clamshell, Backhoe, Derrick, Oragline, Shovel (1 1/2.CY s Over) 7 35 Crusher or Screening Plant Operator , Elevating Grader Form Loader Foundation Drill Operator (Crawler Mounted) Foundation Drill Om. (Truck Mounced) 8.25 Foundation Drill Operator Helper 5,49 Front End Loader (2 L/2 CY S Less) 6.15 Front End Loader (Over 2 1/2 CY) 7 29 Haist (Over 2 drums) , 6.00 Mixer (over 16 C9) Mixer (16CT s Less) Motor Grader Cmerator, Fine Grade 7 99 Motor Grader operator , 7.25 Roller, Steel Wheel (Plant-Mix Pavements) 5 35 Roller, Steel Wheel (Other-Fiat . ' Wheel cc Tamping) 6 45 Roller, Pneumatic (Self-Propelled . 5.15 Scrapers (17 CY e Less) 5 2 5 Scrapers (Over L7 Cy) . . 5.90 Side Boom Tractor (Crawler Tvpe) 150 HP S Less Tractor (Crawler Type) over 130 Hp 6.90 Tractor (Pneumatic) 80 Hp s Less 9 60 Tractor (Pheumacic) over 80 Hp . 5.75 Traveling Mixer Trenching Machine, Light ' Trenching Macnite, Heavy Wagon Drill, Soring Machine or post Role Driller Operator 25 Truck Drivers: Single Axle, Light S 35 Single Axle, Heavv Tandom .axle or Semitrailer LowcoV-Float T_ransic-Mix 70 Winch welder Welder -el^er ''1' The CONTRACTOR snail comply with all Stace and Federal Laws applicable to such work. The above are ainiZI races. - 31dders shall case t^eir pies on rates tnev expect to nav, ih excess of -hose listed. The OWNER will not consider claims for extra Payment to CCNTRAon account of Payment CTOR of wages aigrer than tnCSe spec died. G - 12.5 BID NUMBER 9426 BID PROPOSALS Page 2. of 34 gem DESCRIPTION OUAN. PRICE AMOUNT 1. Furnish labor, materials, and equipment to clean 1 paint and refurbish 2,000,000 gallon steel ground level storage tank. Interior only. LUMP SUM PRICE $ 73,750.00 ) (Seventy Three Thousand Seven Hundred Fifty Dollars) The City of Denton will dewater and flush the tank . The tank is located at 1701-B Spencer Road, Denton , TX 76205. Contact Jerry Roush at (817) 566-8267 for inspection. Work shall begin on/or before RpTij==t; May 01, 1985. Work to be completed in 45 work days. Insurance bonds and the contract are to be executed as per specifications. i TOTALS We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues-a contract. Post Office Box 583 O.L.D. Company, Inc. M1111ne Atltlroa ~ Bltltlar - Mineral Wells, TX 76067 ~ City State ZIP Signature (817) 325-5682 _ President - nhiA T' n - -Tills