HomeMy WebLinkAbout1995-160J:\WPD0CS\0RD\BID1788A.0RD
ORDINANCE NO.�
AN ORDINANCE APPROVING AND AUTHORIZING THE MAYOR TO ENTER INTO
WATER AND SEWER FACILITY COST PARTICIPATION AND WATER MAIN COST
PARTICIPATION AGREEMENTS AND A DEVELOPMENT CONTRACT AGREEMENT
BETWEEN THE DEVELOPER (WAL-MART STORES, INC.) AND THE CITY OF
DENTON FOR THE CONSTRUCTION OF CERTAIN PUBLIC WORKS OR IMPROVE-
MENTS; 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
ordinances; and utilized these prices to determine the cost of
participation in the agreements; and
WHEREAS, in accordance with subchapter C, sections 212.071-
212.074 of the Texas Local Government Code and Chapter 34 of the
Denton City Code, the City desires to enter into certain Water and
Sewer Facility Cost Participation and Water Main Cost Participation
Agreements and a Development Contract with Wal-Mart Stores, Inc. to
provide 16-inch, 12-inch, and 8-inch water lines and an 8-inch
water main, as well as a 12-inch sewer line to improve various Wal-
Mart Stores, Inc. facilities within property located in the City
and to provide water and sewer services to said facilities, as well
as providing over -sized lines to expand the City's utility system
and to insure adequate utility services to other customers; and
WHEREAS, the City Manager or a designated employee has received
and recommended that the City's participation in the herein
described agreements is based upon the lowest responsible bids for
the construction of the public works or improvements described in
the bid invitation, bid proposals and plans and specifications
therein; and
WHEREAS, the City deems that it is in the public interest to
enter into these agreements which call for the City's cost parti-
cipation not to exceed Thirty Four Thousand Three Hundred Seventy
One Dollars and Sixteen Cents ($34,371.16) for the sewer lines, One
Hundred Four Thousand Five Hundred Fifty One Dollars and Ninety
Five Cents ($104,551.95) for the water lines, and Thirty-four
Thousand Nine Hundred Five Dollars ($34,905.00) for the water main,
which later amount is $17,566.86 based upon Bid Number 1788A for
Wal-Mart Stores, Inc.; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. That the following total municipal participation in
the developer participation agreements for the construction of
public works and improvements, as described in the "Bid Invita-
tions", "Bid Proposals", plans and specifications or cost partici-
pation agreements on file in the office the City's Purchasing Agent
filed according to the bid number assigned thereto, is hereby
accepted and approved as being based upon the lowest responsible
bids:
BID NUMBER PARTICIPATION DEVELOPER PARTICIPATION
AMOUNT
1788A WAL-MART STORES, INC. $156,489.97
SECTION II. That the acceptance and approval of the cost
participation agreements shall not constitute a contract between
the City and the person submitting the bid for construction of such
public works or improvements. The developer (Wal-Mart Stores,
Inc.) shall award a contract to 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, and insurance certificate after award of the bid.
SECTION III. That the Mayor is hereby authorized to execute
all necessary Water and Sewer Facility and Water Main Cost Partici-
pation Agreements and a Development Contract between the City of
Denton and Wal-Mart Stores, Inc. and all other contracts for the
implementation of the cost participation agreements for construc-
tion of the public works or improvements in accordance with the
bids referenced and considered herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid Propos-
als, and Documents relating thereto specifying the terms, condi-
tions, plans and specifications, standards, quantities and
specified sums contained therein as part of the cost participation
agreement.
SECTION IV. That upon acceptance and approval of the cost
participation agreements 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 cost participation
agreements and authorized contracts executed pursuant thereto.
SECTION V. That this ordinance shall become effective
immediately upon its passage and approval.
li
PASSED AND APPROVED this the 62—d day of 1995.
PAGE 2
THE STATE OF TEXAS S WATER AND SEWER FACILITY COST
PARTICIPATION AGREEMENT BETWEEN
THE CITY OF DENTON AND WAL-MART
COUNTY OF DENTON 9 STORES, INC.
WHEREAS, Wal-Mart Stores,Inc., hereafter referred to as
"Developer, whether one or more, whose business address is 701 S.
Walton Blvd., Bentonville, Arkansas, 72716, wishes to develop and
improve certain real property located in the City of Denton, Texas,
or its extraterritorial jurisdiction, and is required to provide
such property with adequate water and sewer by designing, con-
structing and installing 1611, 12" and 8" water lines and a 12"
sewer line to serve the subject property, hereafter referred to as
"required facilities", and
WHEREAS, the City of Denton, a municipal corporation
located at 215 E. McKinney, Denton, Texas, 76201, hereafter
referred to as "City", in accordance with its ordinances, wishes to
participate in the cost of the construction and installation of
said required facilities to expand its utility system and insure
adequate utility service to other customers;
NOW, THEREFORE, in consideration of the mutual promises and
covenants contained herein, Developer and City agree as follows:
1. Developer shall design, install and construct:
(A)
A 12"
inside
diameter size
sewer
line
of
approxi-
mately
nine hundred ninety
(990)
feet
in
length.
(B)
A 16"
inside
diameter size
water
line
of
approxi-
mately
three
hundred fifty
(350)
feet
in
length.
(C)
A 12"
inside
diameter size
water
line
of
approxi-
mately
six hundred forty (640) feet in
length.
(D)
A 8" inside
diameter size
water
line
of
approxi-
mately
eight
hundred twenty
(820)
feet
in
length.
and all necessary appurtenances thereto, located as shown on
Exhibit "A", attached hereto and incorporated herein by reference.
2. Prior to beginning construction of the oversized
facilities, Developer shall execute, as required by Chapter 34 of
the Code of Ordinances of the City of Denton a Development
Contract, substantially in the form of Exhibit "B" which is
COST PARTICIPATION AGREEMENT / WAL-MART STORES,INC. PAGE 1
incorporated as if written word for word herein and shall obtain,
at Developer's sole cost and expense, all necessary permits,
license, and easements. The deeds therefore obtained by Developer
shall be reviewed and approved as to form and substance by City
prior to beginning of construction. Any easements for the required
facilities obtained by the Developer shall be assigned to City, if
not taken in City's name, prior to acceptance of the required
facilities, and Developer warrants clear title to such easements
and will defend City against any adverse claim made against such
title. This Agreement is subject to and governed by the Develop-
ment Contract and all applicable sections of the Code of Ordinances
of the City of Denton.
3. (A) The City's share in the cost of the required
facilities based upon Resolution No. R95-032 of the City Council
dated June 20, 1995, shall be in an amount not to exceed:
(1) Thirty four thousand three hundred seventy one
dollars and sixteen cents ($34,371.16) for sewer
lines.
(2) One hundred four thousand five hundred fifty one
dollars and ninety five cents ($104,551.95) for
water lines.
(B) The City may elect one of the following methods to
determine the City's share of the cost:
(1) In the event that the City's participation in the
project is in excess of thirty percent (30%) of the
total contract price, in accordance with §212.072
(b) and §212.071 of the Texas Local Government Code
and §34-113 of the City Code, Developer shall pre-
pare plans and specifications and furnish them to
the City. City shall competitively bid the re-
quired lines and oversized facilities in accordance
with Chapter 252 of the Texas Local Government
Code. The City's cost shall be a proportion of the
lowest responsible bid, not to exceed the amounts
maintained herein.
(2) In the event that the City's participation in the
project is thirty percent (30%) or less of the
total contract price, Developer shall prepare plans
and specifications and contract for the improve-
ments with a qualified contractor who is acceptable
to the City to construct the required line and
oversized facilities. City shall pay the Developer
the least amount of the following:
(a) Thirty percent (30%) of the total contract
price as provided for in §212.072 of the Texas
COST PARTICIPATION AGREEMENT / WAL-MART STORES,INC. PAGE 2
Local Government Code; or
(b) The not to exceed amounts set forth herein.
(C) All amounts of the City's participation
hereunder shall be paid by way of reimbursement to the Developer
after the improvements have been constructed by Developer and
accepted by the City in accordance with the procedures established
in Chapter 34 of the City Code and in the Development Contract.
City shall not, in any case, be liable for any additional cost
because of delays in beginning, continuing or completing con-
struction; changes in the price or cost of materials, supplies, or
labor; unforeseen or unanticipated cost because of topography,
soil, subsurface, or other site conditions; differences in the
calculated and actual per linear feet of pipe or materials needed
for the required facilities; Developer's decision as to the
contractors or subcontractors used to perform the work; or any
other reason or cause, specified or unspecified, relating to the
construction of the required facilities.
4. Within thirty (30) days of the acceptance of the facil-
ities by the City, Developer shall submit to the City's Executive
Director of Utilities satisfactory documentation evidencing the
expenditures for the completion of the required facilities. Should
the actual cost of the required facilities be less than the cost on
which the City's share was determined, the City's share of the cost
shall be reduced proportionally, on a per linear foot basis, based
upon the difference of the actual cost of the required facilities
and the determined cost for required facilities. To determine the
actual cost of the required facilities, City shall have the right
to inspect any and all records of Developer, his agents, employees,
contractors or subcontractors and shall have the right to require
Developer to submit any necessary information, documents, invoices,
receipts or other records to verify the actual cost of the required
facilities.
5. Within thirty (30) days of the date the Developer has
submitted satisfactory documentation of the actual cost of the
required facilities, City shall pay the Developer such amount in
full, a maximum of thirty four thousand three hundred seventy one
dollars and no cents ($34,371,16) for sewer lines and one hundred
four thousand five hundred fifty one dollars and ninety five cents
($104,551.95) for water lines for a total not to exceed one hundred
thirty eight thousand nine hundred twenty three dollars and eleven
cents ($138,923.11).
6. All notices, payments or communications to be given or
made pursuant to this agreement by the parties hereto, shall be
sent to Developer at the business address given above and to the
Executive Director of Utilities for the City as the address given
above.
COST PARTICIPATION AGREEMENT / WAL-MART STORES,INC. PAGE 3
7. Developer shall indemnify and hold City, its officers and
employees harmless from any and all claims, damages, loss or
liability of any kind whatsoever, by reason of injury to property
or person occasioned by any act or omission, neglect or wrongdoing
of Developer, its officers, agents, employees, invitees, contractor
or other persons with regard to the performance of this agreement,
and Developer will, at its own cost and expense, defend and protect
City against any and all such claims and demands.
8. If Developer does not begin substantial construction of
the required facilities within twelve (12) months of the effective
date of execution of this agreement, this agreement shall termi-
nate.
9. This instrument and the attached exhibits embody the
whole agreement of the parties hereto and there are no promises,
terms, conditions or obligations other than those contained herein.
This agreement shall supersede all previous communications,
representations or agreements, either verbal or written, between
the parties hereto.
10. This agreement shall not be assigned by Developer without
the express written consent of City.
11. Any and all suits for any breach of this contract, or any
other suit pertaining to or arising out of the contract, shall be
brought and maintained in a court of competent jurisdiction in
Denton County, Texas.
Executed this the —)2---day95.
WAL-MAR. STORES, INC.
MmJ160
�
i
CITY OF DENTON, TEXAS
WalEwtv-
:0:
COST PARTICIPATION AGREEMENT / WAL-MART STORES,INC. PAGE 4
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY:`
E:\WPDOCS\K\WATER&SE.WAL
COST PARTICIPATION AGREEMENT / WAL-MART STORES,INC. PAGE 5
;
J
1•�.�
N
it
t _
d
�
«,1}=_
= z
L L
_
OT
::::� :
z • y, t
f-G<
:1« 5gggg1{3
VV...
CNM
11
»
HE
I
-
C
CCU
e
.psi
z
ri
m
X
W
_
z
3
C <
H
r
s
Se`
e fit..
YQ
«Y
96
o ffxt
y§
In
�'
R
.----------
J �
■a
�I I
I!
`�
1
p
a►
�«-
pes
Iin
C awn.
J Ent
..wwr•w
wnaw•T• :.. u
•
7:
nee
�'
C
►c f.{
i�i
os
CCC
wt
r� i
F1
ral
ri
AAF.Ooo.97
THE STATE OF TEXAS §
COUNTY OF DENTON S
PROTECT NO- � 3
CONTRACT NO. 2�L
DEVELOPMENT CONTRACT
Whereas, Wal-Mart Stores, Inc.
hereafter referred to as "owner," whose business address is
701 S. Walton Blvd., Bentonville, AR 72716
is the owner of real property located in the corporate limits of
the City of Denton, or its extraterritorial jurisdiction; and
Whereas, owner wishes to develop the property and such
development must be performed in accordance with the applicabls
ordinances of the City of Denton, hereafter referred to as "City";
and
Whereas, as a condition to the beginning of construction_ of
said development, a development contract is required to ensure that
all streets, water and sewer lines, drainage facilities and other
improvements which are to be dedicated to the public, hereafter
referred to as "Improvements," are constructed in accordance with
the cityts specifications, standards and ordinances; and
[select applicable provision as follows)
= Whereas, the owner elects to construct the Tmprovements
without contracting with another party as prime contractor, in
which case the provisions of this contract which refer to "0'vner"
or "Contractor" shall mean the Owner as named above; or
EXHIBIT B
77L] whereas, the owner elects to make such Improvements hereafter
Dal -Mac Construction Co.
set forth by contracting with
whose business address is
P. 0. Box 830160, Richardson, Tx 75083 hereafter
referred to as "Contractor"; and
Whereas, owner and Contractor recognize that the City has an
interest in ensuring that the Improvements subject to this
agreement, which will, upon completion and acceptance by the City,
become public property, are properly constructed in accordance with
the City's specifications and that payment is made therefor;
WITNESSETH
As to the Improvements to be dedicated to the public, as
specified in Exhibit A, attached hereto and incorporated by
reference, to be installed and constructed at
1515 South Loop 288, Denton, Texas 76201
the owner, contractor and City, in consideration of their mutual
promises and covenants contained herein, agree as follows:
1. Covenants of Contractor. Contractor agrees as follows!
(a) SpecifigAlt s, To construct and install the
Improvements in accordance with the procedures, specifications and
standards contained in Division II and III of .the Citv's Standard
Specifications for Public works construction, No _ Centr Texas,
as amended, and all addendums thereto, and all other regulations,
ordinances or specifications applicable to such Improvements, such
PACE 2
specifications, standards, regulations and ordinances being
expressly incorporated herein by reference and being made a part of
the agreement as though written herein.
(b) Authority of City Engineer: Inspections Tests and
Orders. That all work on the Improvements shall be performed in a
good and workmanlike manner and to the satisfaction of the City
Engineer or his representative. The City Engineer shall decide all
questions which arise as to the quality and acceptability of
materials furnished, work performed, and the interpretation of
specifications.
The Contractor shall furnish the City Engineer or his
representative with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the
specifications applicable thereto. Any work done or materials used
without suitable inspection by the City may be ordered removed and
replaced at Contractor's expense.
Upon failure of the Contractor to allow for inspection,
to test materials furnished, to satisfactorily repair, remove or
replace, if so directed, rejected, unauthorized or condemned work
or materials, or to follow any other request or order of the City
Engineer or his representative, the City Engineer shall notify the
Owner of such failure and may suspend inspections of such work
until such failure is remedied. If such failure is not remedied to
the satisfaction of the City Engineer, the City shall have no
obligation under this agreement to approve or accept the
Improvements.
PAGE 3
(c) Insurance. To provide for insurance in accordance with
the insurance requirements applicable to contractors as provided
for in Item 1.26 of Division'I of the Standard Specifications for
Public Works_ Construction, North Central Texas, as amended, the
provisions of which are expressly incorporated herein by reference;
provided, however, for purpose of this provision only, "Owner," as
used therein, shall mean the City of Denton.
(d) Means and Methods of Construction. That the means and
methods of construction shall be such as Contractor may choose;
subject, however, to the City's right to reject any Improvements
for which the means or method of construction does not, in the
judgment of the City Engineer, assure that the Improvements were
constructed in accordance with City specifications.
2. Mutual Covenants of Owner and Contractor. Owner and
Contractor mutually agree as follows:
(a) Performance Bonds: Escrow Agreement. That if building
permits are to be issued for the development prior to completion
and acceptance of all improvements that are to be dedicated to the
public, the following security requirements shall apply, unless the
development is a "one lot development," as defined by City"s
Development Code:
(i) a performance bond in an amount not less than the
amount necessary to complete the Improvements, as
determined by the City Engineer, shall be submitted
guaranteeing the full and faithful completion of
the Improvements meeting the specifications of the
City, shall be in favor of the City, and shall be
executed by a surety company authorized to do
business in the State of Texas; or,
PAGE 4
(ii) if the cost of completing the Improvements, at the
time building permits are requested, is in an
amount of $50,000 or less, as determined by the
City Engineer, cash money in the amount necessary
to complete the Improvements, as determined by the
City Engineer, may be deposited with a bank as
escrow agent, pursuant to an escrow agreement
ensuring completion of the Improvements. Without
exception, the City's escrow agreement form shall
be used.
(b) Payment Bond; Assurance of Payment. That prior to
acceptance of the Improvements:
(i) a payment bond will be furnished in an amount not
less than one hundred percent (100%) of the
approximate total cost of the contract cost of the
Improvements, guaranteeing the full and proper
protection of all claimants supplying labor and
material for the construction of the Improvements,
shall be in favor of the City, and shall be
executed by an approved surety company authorized
to do business in the State of Texas; or,
(ii) if the total contract amount of all Improvements is
$50,000 or less, as determined by the City
Engineer, or the Improvements, regardless of the
contract amount, are for a "one lot development,"
as defined by City's Development Code, and a
payment bond has not been submitted in accordance
with (i) above, Owner and Contractor agree and
guarantee that any and all debts due to any person,
firm or corporation having furnished labor,
material or both in the construction of the
Improvements shall be fully paid and satisfied
before acceptance of the Improvements by the City
and that prior to acceptance of the Improvements,
the Owner and Contractor shall furnish a written
affidavit, in a form provided by the City Engineer,
stating that all bids, charges, accounts or claims
for labor performed and material furnished in
connection with the construction of the
Improvements have been paid in full and that there
are no unreleased recorded liens filed against the
Improvements, or land to which they are affixed,
that are to be dedicated to the public.
That, upon the request of the City Engineer, Owner
or Contractor shall furnish a complete list of all
subcontractors who performed labor on, or supplied
PAGE 5
material for, the construction of the Improvements,
and, when requested, written statement from any or
each of such subcontractors or suppliers that they
have been paid in full.
(c) Retainage; Final Payments. (This provision (c) applies
only where the Owner and Contractor are not he same party.] That
as security for the faithful completion of the Improvements,
Contractor and Owner agree that the Owner shall retain ten percent
of the total dollar amount of the contract price until after final
approval or acceptance of the improvements by the City. The Owner
shall thereafter pay the Contractor the retainage, only after
Contractor has furnished to the Owner satisfactory evidence that
all indebtedness connected with the work and all sums of money due
for labor, materials, apparatus, fixtures or machinery furnished
for and used in the performance of the work have been paid or
otherwise satisfied.
(d) Encumbrances. That upon completion and approval or
acceptance of the Improvements of the City, the Improvements shall
become the property of the City free and clear of all liens,
claims, charges or encumbrances of any kind. If, after acceptance
of the Improvements, any claim, lien, charge or encumbrance is
made, or found to exist, against the Improvements, or land
dedicated to the City, to which they are affixed, the Owner and
Contractor shall upon notice by the City promptly cause such claim
lien, charge or encumbrance to be satisfied and released or
promptly post a bond with the City in the amount of such claim,
PAGE 6
lien, charge or encumbrance, in favor of the City, to ensure
payment of such claim, lien, charge or encumbrance.
(e) Maintenance Bond. That prior to approval or acceptance
of the Improvements by the City, to furnish a maintenance bond in
form and substance acceptable to the City, in the amount of ten
percent (10%) of the contract amount of the Improvements, insuring
the repair and replacement of all defects due to faulty material
and workmanship that appear within one year from the date of
acceptance. The bond shall be in favor of the City and shall be
executed by an approved surety company authorized to do business in
the State of Texas.
(f) Indemnification. To indemnify, defend and save
harmless, the City, its officers, agents and employees from all
suits, actions or claims of any character, name and description
brought for or on account of any injuries or damages received as
sustained by any person, persons or property on account of the
operations of the Contractor, his agents, employees or
subcontractors; or on account of any negligent act of fault of the
Contractor, his agents, employees or subcontractors in construction
of the improvements; and shall pay any judgment, with costs, which
may be obtained against the City growing out of such injury or
damage.
(g) Agreement Controlling. That the provision of this
agreement shall control over any conflicting provision of any
contract between the Owner and Contractor as to the construction of
the Improvements.
PAGE 7
3. Occupancy; One Lot Developments. Owner further agrees as
follows:
(a) That Owner will not allow any purchasers, lessee, or
other person to occupy any building within the development until
all Improvements are completed and accepted by the City, and that
upon violation thereof will pay the City $3,000.00 as liquidated
damages, but such payment shall not be deemed approval of such
occupancy and the City may take whatever action necessary to
restrain such occupancy.
(b) That if this contract applies to a "one lot
development," as defined by City's Development Code, and no
performance or payment bond was required or submitted for the
improvements that are to be dedicated to the public, the Owner
shall not be issued a Certificate of Occupancy for any building
constructed or located therein until all required public
improvements have been completed and accepted in accordance with
this contract.
4. Covenants of City. That, upon proper completion of the
Improvements in accordance with this agreement, the City agrees to
accept the Improvements.
5. Venue and Governing Law. The parties herein agree that this
contract shall be enforceable in Denton County, Texas, and if legal
action is necessary in connection therewith, exclusive venue shall
lie in Denton County, Texas. The terms and provisions of this
contract shall be construed in accordance with the laws and court
decisions of the State of Texas.
PAGE 8
6. Successor and Assigns..This contract shall be binding
upon and inure to the benefit of the parties hereto, their
respective successors and assigns.
Executed in triplicate this of October OWNER , 1995
CONTRACTOR
WAL-MART STORES, INC. DAL -MAC CONSTRUCTION COMPANY
BY:
J L BY: f
/
1Oer �`a'I Bradford
�ZTnN� Vile YfCC:Ae, Cil
BY:
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: 1�4_
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY:
V
PAGE 9
EXHIBIT "A"
PROPOSED BRINKER ROAD, SPENCER ROAD AND ONSITE DRAINAGE IMPROVEMENTS TO SERVE
WAL-MART ADDITION 1515 SOUTH LOOP 288, DENTON, TEXAS
BRINKER ROAD SPENCER ROAD AND ONSITF DRAINAGE IMPROVEMENTS
Brinker Road (paving and drainage improvements only; water/sewer in Brinker Road right-of-way is included in Para.
I above)
A.
Paving (asphalt or concrete)
6,000 SY
$14.29 SY
$85,740
B.
Curb
3,545 LF
S8.50 LF
$30,133
C.
Sidewalk
1,790 LF x 4' wide
795 SY
$18.00 SY
$14,310
D.
Concrete Paving p Median Noses
52 SY
$18.00 SY
$936
E.
Storm Drain
18" RCP, Class II1
355 LF
$24.00 LF
S8,520
21" RCP, Class III
207 LF
$26.00 LF
S5,382
24" RCP, Class 111
54 LF
S28.00 LF
S1,512
30" RCP, Class 111
84 LF
$42.00 LF
$3,528
36" RCP, Class 111
210 LF
$55.00 LF
S11,550
5' Curb Inlet
2 EA
$1,600.00 EA
$3,200
10' Curb Inlet
3 EA
$2,400.00 EA
$7.200
5' Square Manhole
2 EA
$2,600.00 EA
$5,200
30" Type "B" Headwall
2 EA
$1,200.00 EA
$2,400
36" Type "B" Headwall
1 EA
$1,400.00 EA
S1,400
8"-12" Rock Riprap
80 SY
S75.00 SY
$6,000
Geotextile Fabric
80 SY
S5.00 SY
S400
F.
Pavement Markings and Traffic Signage
1 LS
$5,000.00 IS
$5,000
G.
"End of Road" Barricade
70 LF
$25.00 LF
$1,750
Spencer Road
A. Paving
Asphalt 2" Overlay
615 SY
S6.61 SY
S4,065
B. Storm Drain
24" RCP, Class IV
120 LF
S28.00 LF
S3,360
Double 24" Type "B" Headwall
2 EA
$1,000.00 EA
S2,000
Onsite Drainage Improvements (Brinker Road storm drain outfall headwalls and rock riprap
included in "Brinker Road"
break-out above.
Excavation
20,000 CY
S2.50 CY
S50,000
Concrete Swale
6,200 SF
S3.25 SF
$20,150
Erosion Control
1 LS
$5,000.00 LS
$5,000
Outlet Structure
1 EA
$2,600.00 EA
S2,600
48" RCP, Class III (to outfall p east property line)
261 LF
$95.00 LF
S24,795
48" Special Headwall and Baffled Outfall Apron
1 EA
$2,600.00 EA
S2,600
Riprap (10"-12" mortared rock)
165 SY
S80.00 SY
S13.200
Total Improvements S321,931
AAA019DF
PERFORMANCE BOND
BOND NO. 15-84-87
PROJECT NO. S- �3
CONTRACT NO. (p
THE STATE OF TEXAS §
COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS:
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State -of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of Thrt o hundred twenty one thousand
nine hundred thirty one and no/100 ----------------
Dollars, lawful money of the United States,
sum well and truly to be made we bind
executors, administrators, and successors,
and firmly by these presents:
for the payment of which
ourselves, our heirs,
jointly and severally,
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated 0,¢k the day of October 1 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed and fulfilled all of the
undertakings, covenants, terms, conditions, and agreements of said
Contract in accordance with the Plans, Specifications, and Contract
Documents during the original term thereof, and any extension
thereof which may be granted, with or without notice to the surety,
PAGE ONE
and during the life of any guaranty required under the Contract, and
shall also well and truly cause to be performed and fulfilled all
the covenants, terms and conditions and agreements of any and all
authorized modifications of said Contract that may hereafter bemade,
notice of which modifications to the surety being hereby waived;
then this obligation shall be void; otherwise to remain in full
force and effect.
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
AND, that said Surety, for value received, hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the qth day of
October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:��
Bradford Mc Junkin, President
ATTEST:
SECRETARY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
TORNEY-IN-FACT
danice G. Correy
NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED.
MUST NOT BE PRIOR TO DATE OF:CONTRACT.
DATE OF BOND
PAGE TWO
AAA019DF
BOND NO. 15-84-87
PROJECT NO. q5-�j
CONTRACT NO. �
PAYMENT BOND
THE STATE OF TEXAS §
COUNTY OF DENTON §
THAT DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
_ 1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of penngv ania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas,
hereinafter called "City", and unto all persons, firms and
corporations who may furnish materials for or perform labor upon
the buildings, structures or improvements referred to in the
attached contract, in the -penal sum of Three hundred twenty one
thousand nine hundred thirty one and no/100-------------------------------
($ 321,931.00 ) Dollars, lawful money of the United States,
to be paid in Denton, Denton County, Texas, for the payment of
which sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the A{A day of October 1995 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part
hereof, for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE oNr
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed its duties and make or cause
Contractor to make prompt payment to all persons, firms, sub-
contractors, corporations and claimants supplying labor and
material in the prosecution of the work provided for in said
contract and any and all duly authorized modification of said
Contract that may hereafter be made, notice of which modification
of the surety is hereby expressly waived, then this obligation
shall be void: Otherwise to remain in full force and effect.
Provided further, that if any legal action be filed upon this bond,
venue shall lie in Denton County, Texas.
AND THAT said Surety for value received hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed.an original, this the Afh day
of October , 19 95
PRINCIPAL
DAL —MAC CONSTRUCTION COMPANY
Bradford Mc Junkin, President
ATTEST:
"ECRETARY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
,ATTORNEY -IN -FACT
Janice G. Correy
NOTE: DATE OF PAYMENT BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.
PAGE TWO
AAA019DF
BOND NO. 15-84-87
PROJECT NO. �E— �5
CONTRACT NO. 2 6L
CONTRACTOR'S MAINTENANCE BOND
(DEVELOPMENT CONTRACT)
THE STATE OF TEXAS S
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF DENTON S
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
Called "City" in the penal sum Of Three hundred twenty one thousand
nine hundred thirty one and no/100--------------------- (g321,931.00
Dollars, lawful money of the United States, the said sum being ten
percent (10%) of the total amount of the hereinafter mentioned
contract, for the payment of which sum well and truly to be made we
bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the Aik day of October , 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONE
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully maintain and keep in good repair the work contracted to
be done and performed for a period of one (1) year from the date of
acceptance in writing by the City of Denton and do all necessary
work and repair of any defective conditions growing out of or
arising from the improper work of the same, including, but not
limited to, any settling, breaking, cracking or other defective
condition of any of the work or part thereof arising from improper
excavation, backfilling, compacting or any other cause or condition,
known or unknown, at any time during the period of this bond, which
the city engineer, whose judgment shall be final and conclusive,
determines to be the result of defective work, materials or labor;
then this obligation shall be void, otherwise to remain in full
force and effect.
In case the said Principal shall fail to maintain, repair or
reconstruct any defective condition of the work as determined
herein, it is agreed that the City may do said work and supply such
materials as necessary and charge the sum against the said Principal
and Surety on this obligation.
It is further agreed that this obligation shall be continued
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..
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the qfh day
of October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY: :?z ��l_�
Bradford Mc Junkin, President
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
ATTORNEY -IN -FACT i
Janice G. Correy
PAGE TWO
11MVER OF AT1*0kIV )
The Insurance Company of the Slat, -f 1 ;-1—i lvania
Principal Bona Of icc "t ('site Strcxi, Vcu
KNOW ALL MEN BY THESE PRESENJ S
That The Insi!ran,.e Compam of the Slate of F- I Pennsylvania corlx!r.u5 ; t • ,I !W
—Joe Bruce. Janice C. Corre,,, Doroth\ 1 uicl,_ t,.,0,t(-cn Day, Pamelia McLentote: .,r 1)allaN, 1 vxas---
Its true and lawful Auomi:Nks)-in-Fact, urn I .I':, ,:h to exeulte on Its beh,,Il ,q•t,�l. ,�Ikfclt.tl u!t C- recugnv�tnrc_. sl.,;
contracts of indl•fmwN and A!itmgN ,k!tf!; i• "it-rcof, Issued til tit; .uid iC• Iohu . .
thereby
IN WITNESS WHEREOF, The Insurance t nr,q)a:r• of the State of Pennsylvania has c�c•�tited these presents
STATE OF NEW YORK I
COUNTY OF NEW YORKIss.
On this 21st of September, 1994, before me came the
above named officer of The Insurance Company of the State
of Pennsylvania, to me personally known to be the individual
and officer described herein, and acknowledge(, that he
executed the foregoing fristniment and affixed the w.il of said
corporation !hereto M authority f n: office
dos 2Is1 dal, of Se )it:utln-
William Smith. Pt-• c ,,,
XSEPH B. NO: 1 11-i r 'J
Notary Public. Ste!e o! Now York
No. 01-1`104652756
,iivalified in Westc•,es!a` �Q
lariat Expires Jen. A
CERTIFICATE
Excerpts of Resnluh. nil adopted hs Orel Board „f Dtre,tors of the haw at. c Companv of the Slatc of Penns'.I. mild oa \1.r, , H 976
"RESOLVED, that the Chapman ofthe hoard, the President. it mil Ile President he, and haeb% is. auOronred I, lifl,,tro \pnnte, in -1 n,I I, ropresent and I - .
on behalf of the Companv to execute bonds, undertakings, recognt:an.a mid other ccnua is of mdenvnn and ,f•licat..r. In II,: •Leyte thocol. Milt r., et':
the corporate seal of the Compam, in the transaction of its surer hus,ner<
"RESOLVED, that the signatures and attestations of such ,dTi,en and the seal of the Company may be atfned to at1 such Power of Attome, or to ans .mdi,mc rele,.nt
thereto by facsimile, and any such Power of Arb"e% or certificate tearing such facsimile signatures or faatmtie seal shall he valid aid binding up,n the C'ompa % when
affixed with respect to anv Nand, undertaking, recognttance ,K other .,)nIFac1[ of indemnity or writing obllgaton- in the nature thereof.
"RESOLVED, that ane such AuoriteN-tit-Fact delnamf; a woctarial ;Mil ication that the foregoing « .,Iuunta still be in etfe,.t etas msert In mch ,roficaunn ;he %v,
thereof said date tr, he not later dean the date of dclrcer� lb,,cld I,, ,., J) \n.•mes-In-Fact."
1. Itivateth 11 I uLl. \oret.u} d I7tr In..uran,e C.nrl•.0 I:- ,t Pcnnsvlvania, do herehs ,ertds Chet Inc :, ,cti trig ex,:rpts of Re.nlwn,n „i,tned h, e ,
Dpeo,.n ..I On, - tin " end Ihr 1' •,. r+ I AtL r• -a. tell n, are true and corrnt and tY.at "ah 'h• ui! the t• •,.,i .-I '.: , 1, . , l .
and etic,t
INWf1NESS'v1aE12EOF it,.,.:,.,,_,., -.; ,'•,,,,,h,taa... In, .I,.l111,,. ,, .n
Ill, dj, .It
Vlv.ltx•Ih\1 lea. "it,rrt,I:"
AA;6.00D97
THE STATE OF TEXAS
COUNTY OF DENTON
PROTECT NO.
CONTRACT NO. n
DEVELOPMENT CON' . CT
Whereas, Wal-Mart Stores, Inc.
hereafter referred to as "Owner," whose business address is
701 S. Walton Blvd., Bentonville, AR 72716
is the owner of real property located in the corporate limits of
the City of Denton, or its extraterritorial jurisdiction; and
Whereas, owner wishes to develop the property and such
development must be performed in accordance with the applicable
ordinances of the City of Denton, hereafter referred to as "City";
and
whereas, as a condition to the beginning of construction of
said development, a development contract is required to ensure that
all streets, water and sewer lines, drainage facilities and other
improvements which are to be dedicated to the public, hereafter
referred to as "Improvements," are constructed in accordance with
the Cityfs specifications, standards and ordinances; and
[select applicable provision as follows)
0 Whereas, the Owner elects to construct the Improvements
without contracting with another party as prime contractor, in
which case the provisions of this contract which refer to "owner"
or "Contractor" shall mean the Owner as named above; or
whereas, the Owner elects to make such Improvements hereafter
set forth by contracting with
Dal -Mac Construction Co.
, whose business address is
P. 0. Box 830160, Richardson, Tx 75083 hereafter
referred to as "Contractor"; and
Whereas, owner and Contractor recognize that the City has an
interest in ensuring that the Improvements subject to this
agreement, which will, upon completion and acceptance by the City,
become public property, are properly constructed in accordance with
the City,s specifications and that payment is made therefor;
WITNESSETH
As to the Improvements to be dedicated to the public, as
specified in Exhibit A, attached hereto and incorporated by
reference, to be installed and constructed at
1515 south Loop 288, Denton, Texas 76201
n
the Owner, Contractor and City, in consideration of their mutual
promises and covenants contained herein, agree as follows:
1. Covenants Of Contract PM. Contractor agrees as follows:
(a) Specifications. To construct and install the
Improvements in accordance with the procedures, specifications and
standards contained in Division II and III of the Citv's Standard
5,ecifications for Public works Constzuction No h Central Texas,
as amended, and all addendums thereto, and all other regulations,
ordinances or specifications applicable to such Improvements, such
onrr I
specifications, standards, regulations and ordinances being
expressly incorporated herein by reference and being made a part of
the agreement as though written herein.
(b) Authority of City Engineer• Inspections Tests and
Orders. That all work on the Improvements shall be performed in a
good and workmanlike manner and to the satisfaction of the City
Engineer or his representative. The City Engineer shall decide all
questions which arise as to the quality and acceptability of
materials furnished, work performed, and the interpretation of
specifications.
The Contractor shall furnish the City Engineer or his
representative with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the
specifications applicable thereto. Any work done or materials used
without suitable inspection by the City may be ordered removed and
replaced at Contractor's expense.
Upon failure of the Contractor to allow for inspection,
to test materials furnished, to satisfactorily repair, remove or
replace, if so directed, rejected, unauthorized or condemned work
or materials, or to follow any other request or order of the City
Engineer or his representative, the City Engineer shall notify the
Owner of such failure and may suspend inspections of such work
until such failure is remedied. If such failure is not remedied to
the satisfaction of the City Engineer, the City shall have no
obligation under this agreement to approve or accept the
Improvements.
PAGE 3
(c) Insurance. To provide for insurance in accordance with
the insurance requirements applicable to contractors as provided
for in Item 1.26 of Division'I of the Standard SRecifications for
Public Works Construction. North Central Texas, as amended, the
provisions of which are expressly incorporated herein by reference;
provided, however, for purpose of this provision only, "Owner," as
used therein, shall mean the City of Denton.
(d) Means and Methods of Construction. That the means and
methods of construction shall be such as Contractor may choose;
subject, however, to the City's right to reject any Improvements
for which the means or method of construction does not, in the
judgment of the City Engineer, assure that the Improvements were
constructed in accordance with City specifications.
2. Mutual Covenants of Owner and Contractor. Owner and
Contractor mutually agree as follows:
(a) Performance Bonds; Escrow Agreement. That if building
permits are to be issued for the development prior to completion
and acceptance of all improvements that are to be dedicated to the
public, the following security requirements shall apply, unless the
development is a "one lot development," as defined by City"s
Development Code:
(i) a performance bond in an amount not less than the
amount necessary to complete the Improvements, as
determined by the City Engineer, shall be submitted
guaranteeing the full and faithful completion of
the Improvements meeting the specifications of the
City, shall be in favor of the City, and shall be
executed by a surety company authorized to do
business in the State of Texas; or,
PAGE 4
(ii) if the cost of completing the Improvements, at the
time building permits are requested, is in an
amount of $50,000 or less, as determined by the
City Engineer, cash money in the amount necessary
to complete the Improvements, as determined by the
City Engineer, may be deposited with a bank as
escrow agent, pursuant to an escrow agreement
ensuring completion of the Improvements. Without
exception, the City's escrow agreement form shall
be used.
(b) Payment Bond: Assurance of Payment. That prior to
acceptance of the Improvements:
(i) a payment bond will be furnished in an amount not
less than one hundred percent (100%) of the
approximate total cost of the contract cost of the
Improvements, guaranteeing the full and proper
protection of all claimants supplying labor and
material for the construction of the Improvements,
shall be in favor of the City, and shall be
executed by an approved surety company authorized
to do business in the State of Texas; or,
(ii) if the total contract amount of all Improvements is
$50,000 or less, as determined by the City
Engineer, or the Improvements, regardless of the
contract amount, are for a "one lot development,"
as defined by City's Development Code, and a
payment bond has not been submitted in accordance
with (i) above, Owner and Contractor agree and
guarantee that any and all debts due to any person,
firm or corporation having furnished labor,
material or both in the construction of the
Improvements shall be fully paid and satisfied
before acceptance of the Improvements by the City
and that prior to acceptance of the Improvements,
the Owner and Contractor shall furnish a written
affidavit, in a form provided by the City Engineer,
stating that all bids, charges, accounts or claims
for labor performed and material furnished in
connection with the construction of the
Improvements have been paid in full and that there
are no unreleased recorded liens filed against the
Improvements, or land to which they are affixed,
that are to be dedicated to the public.
That, upon the request of the City Engineer, Owner
or Contractor shall furnish a complete list of all
subcontractors who performed labor on, or supplied
PACP c;
material for, the construction of the Improvements,
and, when requested, written statement from any or
each of such subcontractors or suppliers that they
have been paid in full.
(c) Retainage: Final Payments. (This provision (c) applies
only where the Owner and Contractor are not he same party.] That
as security for the faithful completion of the Improvements,
Contractor and Owner agree that the Owner shall retain ten percent
of the total dollar amount of the contract price until after final
approval or acceptance of the improvements by the City. The Owner
shall thereafter pay the Contractor the retainage, only after
Contractor has furnished to the Owner satisfactory evidence that
all indebtedness connected with the work and all sums of money due
for labor, materials, apparatus, fixtures or machinery furnished
for and used in the performance of the work have been paid or
otherwise satisfied.
(d) Encumbrances. That upon completion and approval or
acceptance of the Improvements of the City, the Improvements shall
become the property of the City free and clear of all liens,
claims, charges or encumbrances of any kind. If, after acceptance
of the Improvements, any claim, lien, charge or encumbrance is
made, or found to exist, against the Improvements, or land
dedicated to the City, to which they are affixed, the Owner and
Contractor shall upon notice by the City promptly cause such claim
lien, charge or encumbrance to be satisfied and released or
promptly post a bond with the City in the amount of such claim,
PAGE 6
lien, charge or encumbrance, in favor of the City, to ensure
payment of such claim, lien, charge or encumbrance.
(e) Maintenance Bond. That prior to approval or acceptance
of the Improvements by the City, to furnish a maintenance bond in
form and substance acceptable to the City, in the amount of ten
percent (10%) of the contract amount of the Improvements, insuring
the repair and replacement of all defects due to faulty material
and workmanship that appear within one year from the date of
acceptance. The bond shall be in favor of the City and shall be
executed by an approved surety company authorized to do business in
the State of Texas.
(f) Indemnification. To indemnify, defend and save
harmless, the City, its officers, agents and employees from all
suits, actions or claims of any character, name and description
brought for or on account of any injuries or damages received as
sustained by any person, persons or property on account of the
operations of the Contractor, his agents, employees or
subcontractors; or on account of any negligent act of fault of the
Contractor, his agents, employees or subcontractors in construction
of the improvements; and shall pay any judgment, with costs, which
may be obtained against the City growing out of such injury or
damage.
(g) Agreement Controlling. That the provision of this
agreement shall control over any conflicting provision of any
contract between the Owner and Contractor as to the construction of
the Improvements.
PAGE 7
3. Occupancy; One Lot Developments. owner further agrees as
follows:
(a) That Owner will not allow any purchasers, lessee, or
other person to occupy any building within the development until
all Improvements are completed and accepted by the City, and that
upon violation thereof will pay the City $3,000.00 as liquidated
damages, but such payment shall not be deemed approval of such
occupancy and the City may take whatever action necessary to
restrain such occupancy.
(b) That if this contract applies to a "one lot
development," as defined by City's Development Code, and no
performance or payment bond was required or submitted for the
improvements that are to be dedicated to the public, the Owner
shall not be issued a Certificate of Occupancy for any building
constructed or located therein until all required public
improvements have been completed and accepted in accordance with
this contract.
4. Covenants of City. That, upon proper completion of the
Improvements in accordance with this agreement, the City agrees to
accept the Improvements.
5. Venue and Governing Law. The parties herein agree that this
contract shall be enforceable in Denton County, Texas, and if legal
action is necessary in connection therewith, exclusive venue shall
lie in Denton County, Texas. The terms and provisions of this
contract shall be construed in accordance with the laws and court
decisions of the State of Texas.
PAGE 8
6. Successor and Assigns This contract shall be binding
upon and inure to the benefit of the parties hereto, their
respective successors and assigns.
Executed in triplicate this day of October 1495
OWNER CONTRACTOR
WAL-MART STORES C. DAL -MAC CONSTRUCTION COMPANY
BY: BY:
Bradford Mc Junkin, President
ikssIe_Ircest CA CITY
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY:
PAGE 9
EXHIBIT "A"
PROPOSED PUBLIC WATER AND SEWER UTILITIES IMPROVEMENTS TO SERVE
WAL-MART ADDITION 1515 SOUTH LOOP 288, DENTON, TEXAS
:Y t:►I� Y Y
A. Sanitary Sewer
12" PVC SDR35
8" PVC SDR35
Manhole
Manhole over Existing Line @ Spencer Road
2,620 LF
$17.00 LF
$44.540
345 LF
$15.00 LF
$5,175
10 EA
$2,600.00 EA
$26,000
1 EA
$4,000.00 EA
$4,000
B. Water (all of Lines A, B, C, D and E, excluding the domestic and irrigation service lines.
16" C-900 PVC
365 LF
$36.00 LF
$13,140
12" C-900 PVC
2,371 LF
$21.00 LF
$49,791
8" C-900 PVC
3,412 LF
$15.00 LF
$51,180
6" C-900 PVC
300 LF
$14.00 LF
$4,200
Fire Hydrant
14 EA
$1.600.00 EA
$22,400
16" Gate Valve
2 EA
$4,000.00 EA
$8,000
12" Gate Valve
5 EA
$950.00 EA
$4,750
8" Gate Valve
10 EA
$600.00 EA
$6,000
6" Gate Valve
14 EA
$500.00 EA
$7,000
3" Gate Valve
2 EA
$400.00 EA
$800
Cast Iron Fittings
3.5 TON
$3,500.00 TON
S12,250
20"xl6" Gifford Hill Concrete Pipe Tap
I EA
$5,000.00 EA
S5,000
24" Bore and Casing
85 LF
$180.00 LF
S15,300
Water Meter (3" Compound)
I EA
$8.500.00 EA
S8,500
Water Meter (2" Turbo)
i EA
$1,000.00 EA
S1,000
Backflow Preventer(2")
1 EA
$1.000.00 EA
S1,000
Thrust Block
10 CY
$200.00 CY
5W000
Taal Improvements
S292,026
AAA019DF
PERFORMANCE BOND
THE STATE OF TEXAS §
BOND NO. 15-84-85
PROJECT NO. S 2 2
CONTRACT NO. �
COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS:
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Penns- vania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of..Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of
Two hundred ninety two thousand twenty six & 00/100 ($ 292,026 00
1
Dollars, lawful money of the United States, for the payment of which
sum. well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally,
and firmly by these presents:
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated 91h the day of October , 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed and fulfilled all of the
undertakings, covenants, terms, conditions, and agreements of said
Contract in accordance with the Plans, Specifications, and Contract
Documents during the original term thereof, and any extension
thereof which may be granted, with or without notice to the surety,
PAGE ONE
and during the life of any guaranty required under the Contract, and
shall also well and truly cause to be performed and fulfilled all
the covenants, terms and conditions and agreements of any and all
authorized modifications of said Contract that may hereafter bemade,
notice of which modifications to the surety being hereby waived;
then this obligation shall be void; otherwise to remain in full
force and effect.
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
AND, that said Surety, for value received, hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the flh day of
October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:�,�_
Bradford Mc Junking President
ATTEST:
ACRETAY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
TORNEY-IN-FACT
"nice G. Correy
NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED.
MUST NOT BE PRIOR TO DATE OF CONTRACT.
DATE OF BOND
PAGE TWO
BOND NO. 15-84-85
PROJECT NO.
CONTRACT NO.
PAYMENT BOND
THE STATE OF TEXAS S
COUNTY OF DENTON S
DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas,
hereinafter called "City", and unto all persons, firms and
corporations who may furnish materials for or perform labor upon
the buildings, structures or improvements referred to in the
attached contract, in the penal sum of Two hundred ninety two thousand
twenty six and no/100-------------------------------------------------------
($292,026.00 - ) Dollars, lawful money of the United States,
to be paid in Denton, Denton County, Texas, for the payment of
which sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the 9th day of October 1995 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part
hereof, for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONE
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed its duties and make or cause
Contractor to make prompt payment to all persons, firms, sub-
contractors, corporations and claimants supplying labor and
material in the prosecution of the work provided for in said
contract and any and all duly authorized modification of said
Contract that may hereafter be made, notice of which modification
of the surety is hereby expressly waived, then this obligation
shall be void: Otherwise to remain in full force and effect.
Provided further, that if any legal action be filed upon this bond,
venue shall lie in Denton County, Texas.
AND THAT said Surety for value received hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed.an original, this the Ith_ day
of October 1 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY: �?.2 U \�
Bradford Mc Junkin, President
ATTEST:
AECRERTKRIV:e�
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
ATtORNEY-IN-FACT i
Janice G. Correy
NOTE: DATE OF PAYMENT BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.
PAGE TWO
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully maintain and keep in good repair the work contracted to
be done and performed for a period of one (1) year from the date of
acceptance in writing by the City of Denton and do all necessary
work and repair of any defective conditions growing out of or
arising from the improper work of the same, including, but not
limited to, any settling, breaking, cracking or other defective
condition of any of the work or part thereof arising from improper
excavation, backfilling, compacting or any other cause or condition,
known or unknown, at any time during the period of this bond, which
the city engineer, whose judgment shall be final and conclusive,
determines to be the result of defective work, materials or labor;
then this obligation shall be void, otherwise to remain in full
force and effect.
In case the said Principal shall fail to maintain, repair or
reconstruct any defective condition of the work as determined
herein, it is agreed that the City may do said work and supply such
materials as necessary and charge .the sum against the said Principal
and Surety on this obligation.
It is further agreed that this obligation shall be continued
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. .
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the %_ day
of October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:��_•
'Bradford Mc Junkin, President
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
ATE RNEY-IN-FACT
Jdnice G. Correy
PAGE TWO
AAA019DF
BOND NO. 15-84-85
PROJECT NO.
CONTRACT NO.
CONTRACTOR'S MAINTENANCE BOND
(DEVELOPMENT CONTRACT)
THE STATE OF TEXAS S
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF'DENTON S
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of Two hundred ninety two thousand
twenty six and no/100-----------------------------------fig 292,026.00
Dollars, lawful money of the United States, the said sum being ten
percent (10%) of the total amount of the hereinafter mentioned
contract, for the payment of which sum well and truly to be made we
bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the �i _ day of October , 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loov 288, Denton, TX
PAGE ONE
POWER OF ATTORNEY
The Insurance Company of the State of Pennsylvania
Principal Bond Office: 70 Pine Street, New York. N Y Io270 No u•/_ti-it(,ulo
KNOW ALL MEN BY THESE PRESENTS:
That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does herebs appoint
—Joe Bruce, Janice G. Correy, Dorothy Valek, Kathleen Day, Pamelia McLemore: of Dallas, Texas —
its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other
contracts of indemnity and writings obligaton in the nature thereof, issued in the course of its business, and to bind the company
thereby
IN WITNESS WHEREOF, The Insurance Company of the State of Pennsylvania has executed these presents
STATE OF NEW YORK )
COUNTY OF NEW YORK)ss.
this 21 st day of Sevtember,1994
William D. Smith, President
On this 21st of September, 1994, before me came the
above named officer of The Insurance Company of the State
of Pennsylvania, to me personally known to be the individual 30SEPH E. NOZZOLlO
and officer described herein, and acknowledged that he Naary Public, Stare of New y
ork
executed the foregoing instrument and affixed the seal of said No. 01•N04652754
corporation thereto by authority Ex of his office. �ioalifiin West c 3esrer
Ism ExJsn. 1, �.
CERTIFICATE
Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18, 1976
"RESOLVED, that the Chairman of the Board, the President, or any Vim President be, and hereby is, authorized to appoint Attomeys-in-Fact to represent and act fir and
on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto
the corporate seal of the Company, in the transaction of its surety business;
"RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating
thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so
affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof,
"RESOLVED, that any such Attorney-m-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert to such certification the date
thereof, said date to be not later than the date of delivery thereof by such .Attorney -in -Fad."
1, Elizabeth M Tuck Secretary of The Insurance Company of the State of Pennsylvania, do hereby owify that the foregoing excerpts of Resolution adopted by the Board of
Directors of this corporation, and the Power of Attorney issued pursuant thereto, are We and correct, and that both the Resolution and the Power of Attorney are in hill flxce
and effect
IN WITNESS WHEREOF, I have hereunto set ins hand and affixed the facsimile seal of the corporation
this day of
&ij"_
Elizabeth M Tuck, Secretary
AAA-.00D97
PROJECT NO. '' "g
CONTRACT NO. � ? v
THE STATE OF TEXAS DEVELOPMENT CONTRACT
COUNTY OF DENTON
Whereas,
Wal-Mart Stores, Inc.
hereafter referred to as "owner," whose business address is
701 S. Walton Blvd., Bentonville, AR 72716 ,
is the owner of real property located in the corporate limits of
the City of Denton, or its extraterritorial jurisdiction; and
whereas, Owner wishes to develop the property and such
development must be performed in accordance with the applicable
ordinances of the City of Denton, hereafter referred to as "City";
and
Whereas, as a condition to the beginning of construction of
said development, a development contract is required to ensure that
all streets, water and sewer lines, drainage facilities and other
improvements which are to be dedicated to the public, hereafter
referred to as "Improvements," are constructed in accordance with
the city's specifications, standards and ordinances; and
(select applicable provision as follows)
= Whereas, the Owner elects to construct the Improvements
Without contracting with another party as prime contractor, in
which case the provisions of this contract which refer to "owner"
or "Contractor" shall mean the Owner as named above; or
[� whereas, the Owner elects to make such Improvements hereafter
set forth by contracting with
Dal -Mac Construction Co.
, whose business address is
P. 0. Box 830160, Richardson, Tx 75083 hereafter
referred to as "Contractor"; and
Whereas, owner and Contractor recognize that the City has an
interest in ensuring that the Improvements subject to this
agreement, Which will, upon completion and acceptance by the City,
become public property, are properly constructed in accordance with
the City's specifications and that payment is made therefor;
WITNESSETH
As to the Improvements to be dedicated to the public, as
specified in Exhibit A, attached hereto and incorporated by
reference, to be installed and constructed at
1515 South Loop 288, Denton, Texas 76201
the owner, Contractor and City, in consideration of their mutual
promises and covenants contained herein, agree as follows:
1. Covenants Of Contracto . Contractor agrees as follows:
(a) SSpecificat9ons. To construct and install the
Improvements in accordance with the procedures, specifications and
standards contained in Division II and III of.the Citv's Standard
Specifications for Public Works Construction North central Texas,
as amended, and all addendums thereto, and all other regulations,
ordinances or specifications applicable to such Improvements, such
PAGE 2
specifications, standards, regulations and ordinances being
expressly incorporated herein by reference and being made a part of
the agreement as though written herein.
(b) Authority of City Engineer• Inspections Tests and
Orders. That all work on the Improvements shall be performed in a
good and workmanlike manner and to the satisfaction of the City
Engineer or his representative. The City Engineer shall decide all
questions which arise as to the quality and acceptability of
materials furnished, work performed, and the interpretation of
specifications.
The Contractor shall furnish the City Engineer or his
representative with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the
specifications applicable thereto. Any work done or materials used
without suitable inspection by the City may be ordered removed and
replaced at Contractor's expense.
Upon failure of the Contractor to allow for inspection,
to test materials furnished, to satisfactorily repair, remove or
replace, if so directed, rejected, unauthorized or condemned work
or materials, or to follow any other request or order of the City
Engineer or his representative, the City Engineer shall notify the
Owner of such failure and may suspend inspections of such work
until such failure is remedied. If such failure is not remedied to
the satisfaction of the City Engineer, the City shall have no
obligation under this agreement to approve or accept the
Improvements.
PAGE 3
(c) Insurance. To provide for insurance in accordance with
the insurance requirements applicable to contractors as provided
for in Item 1.26 of Division*I of the Standard Specifications for
Public Works Construction, North Central Texas, as amended, the
provisions of which are expressly incorporated herein by reference;
provided, however, for purpose of this provision only, "Owner," as
used therein, shall mean the City of Denton.
(d) Means and Methods of Construction. That the means and
methods of construction shall be such as Contractor may choose;
subject, however, to the City's right to reject any Improvements
for which the means or method of construction does not, in the
judgment of the City Engineer, assure that the Improvements were
constructed in accordance with City specifications.
2. Mutual Covenants of Owner and Contractor. Owner and
Contractor mutually agree as follows:
(a) Performance Bonds; Escrow Agreement. That if building
permits are to be issued for the development prior to completion
and acceptance of all improvements that are to be dedicated to the
public, the following security requirements shall apply, unless the
development is a "one lot development," as defined by City's
Development Code:
(i) a performance bond in an amount not less than the
amount necessary to complete the Improvements, as
determined by the City Engineer, shall be submitted
guaranteeing the full and faithful completion of
the Improvements meeting the specifications of the
City, shall be in favor of the City, and shall be
executed by a surety company authorized to do
business in the State of Texas; or,
PAGE 4
(ii) if the cost of completing the Improvements, at the
time building permits are requested, is in an
amount of $50,000 or less, as determined by the
City Engineer, cash money in the amount necessary
to complete the Improvements, as determined by the
City Engineer, may be deposited with a bank as
escrow agent, pursuant to an escrow agreement
ensuring completion of the Improvements. Without
exception, the City's escrow agreement form shall
be used.
(b) Payment Bond• Assurance of Payment. That prior to
acceptance of the Improvements:
(i) a payment bond will be furnished in an amount not
less than one hundred percent (100%) of the
approximate total cost of the contract cost of the
Improvements, guaranteeing the full and proper
protection of all claimants supplying labor and
material for the construction of the Improvements,
shall be in favor of the City, and shall be
executed by an approved surety company authorized
to do business in the State of Texas; or,
(ii) if the total contract amount of all Improvements is
$50,000 or less, as determined by the City
Engineer, or the Improvements, regardless of the
contract amount, are for a "one lot development,"
as defined by City's Development Code, and a
payment bond has not been submitted in accordance
with (i) above, Owner and Contractor agree and
guarantee that any and all debts due to any person,
firm or corporation having furnished labor,
material or both in the construction of the
Improvements shall be fully paid and satisfied
before acceptance of the Improvements by the City
and that prior to acceptance of the Improvements,
the Owner and Contractor shall furnish a written
affidavit, in a form provided by the City Engineer,
stating that all bids, charges, accounts or claims
for labor performed and material furnished in
connection with the construction of the
Improvements have been paid in full and that there
are no unreleased recorded liens filed against the
Improvements, or land to which they are affixed,
that are to be dedicated to the public.
That, upon the request of the City Engineer, Owner
or Contractor shall furnish a complete list of all
subcontractors who performed labor on, or supplied
PAGE 5
material for, the construction of the Improvements,
and, when requested, written statement from any or
each of such subcontractors or suppliers that they
have been paid in full.
(c) Retainage; Final Payments. (This provision (c) applies
only where the Owner and Contractor are not he same party.] That
as security for the faithful completion of the Improvements,
Contractor and Owner agree that the Owner shall retain ten percent
of the total dollar amount of the contract price until after final
approval or acceptance of the improvements by the City. The Owner
shall thereafter pay the Contractor the retainage, only after
Contractor has furnished to the Owner satisfactory evidence that
all indebtedness connected with the work and all sums of money due
for labor, materials, apparatus, fixtures or machinery furnished
for and used in the performance of the work have been paid or
otherwise satisfied.
(d) Encumbrances. That upon completion and approval or
acceptance of the Improvements of the City, the Improvements shall
become the property of the City free and clear of all liens,
claims, charges or encumbrances of any kind. If, after acceptance
of the Improvements, any claim, lien, charge or encumbrance is
made, or found to exist, against the Improvements, or land
dedicated to the City, to which they are affixed, the Owner and
Contractor shall upon notice by the City promptly cause such claim
lien, charge or encumbrance to be satisfied and released or
promptly post a bond with the City in the amount of such claim,
PAGE 6
lien, charge or encumbrance, in favor of the City, to ensure
payment of such claim, lien, charge or encumbrance.
(e) Maintenance Bond. That prior to approval or acceptance
of the Improvements by the City, to furnish a maintenance bond in
form and substance acceptable to the City, in the amount of ten
percent (10%) of the contract amount of the Improvements, insuring
the repair and replacement of all defects due to faulty material
and workmanship that appear within one year from the date of
acceptance. The bond shall be in favor of the City and shall be
executed by an approved surety company authorized to do business in
the State of Texas.
(f) Indemnification. To indemnify, defend and save
harmless, the City, its officers, agents and employees from all
suits, actions or claims of any character, name and description
brought for or on account of any injuries or damages received as
sustained by any person, persons or property on account of the
operations of the Contractor, his agents, employees or
subcontractors; or on account of any negligent act of fault of the
Contractor, his agents, employees or subcontractors in construction
of the improvements; and shall pay any judgment, with costs, which
may be obtained against the City growing out of such injury or
damage.
(g) Agreement Controlling. That the provision of this
agreement shall control over any conflicting provision of any
contract between the Owner and Contractor as to the construction of
the Improvements.
PAGE 7
3. Occupancy; One Lot Developments. Owner further agrees as
follows:
(a) That Owner will not allow any purchasers, lessee, or
other person to occupy any building within the development until
all Improvements are completed and accepted by the City, and that
upon violation thereof will pay the City $3,000.00 as liquidated
damages, but such payment shall not be deemed approval of such
occupancy and the City may take whatever action necessary to
restrain such occupancy.
(b) That if this contract applies to a "one lot
development," as defined by City's Development Code, and no
performance or payment bond was required or submitted for the
improvements that are to be dedicated to the public, the Owner
shall not be issued a Certificate of Occupancy for any building
constructed or located therein until all required public
improvements have been completed and accepted in accordance with
this contract.
4. Covenants of City. That, upon proper completion of the
Improvements in accordance with this agreement, the City agrees to
accept the Improvements.
5. Venue and Governing Law. The parties herein agree that this
contract shall be enforceable in Denton County, Texas, and if legal
action is necessary in connection therewith, exclusive venue shall
lie in Denton County, Texas. The terms and provisions of this
contract shall be construed in accordance with the laws and court
decisions of the State of Texas.
PAGE 8
6. Successor and Assigns This contract shall be binding
upon and inure to the benefit of the parties hereto, their
respective successors and assigns.
OWNER Executed in triplicate this
WAL-MART STORES,
BY:
0.,_e �rs eh+
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
.44Z 41
i
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY: b'� Q,
_ day Of October 1995
CONTRACTOR
DAL -MAC CONSTRUCTION COMPANY
B Y :
Bradford Mc Junkin, President
CIT)
BY:
n\�
PAGE 9
EXHIBIT "A"
PROPOSED LOOP 288 IMPROVEMENTS TO SERVE
WAL-MART ADDITION 1515 SOUTH LOOP 288, DENTON, TEXAS
PROPOSED LOOP 288 IMPROVEMENTS
A. Paving
Asphalt (including three driveway
replacements) 1-1/2" Type "C" 3,950 SY $2.99 SY
7-1/2" Type "A" 7,160 SY $14.85 SY
Concrete Approaches for Brinker Road
and Wal-Mart center drive 630 SY $21.15 SY
6" Lime Stabilization 4,800 SY S2.86 SY
Concrete Median 966 SY $18.00 SY
B. Sidewalk (adjacent to Loop 288
Wal-Mart frontage) 650 LF x 4' wide 290 SY $18.00 SY
C. Pavement Marking and Signs
Remove Pavement Markings
D. Culverts
21" RCP, Class III
18" RCP, Class III
24" RCP, Class III
18" Safety End Treatment
21" Safety End Treatment
Type "H" Horizontal Inlet
E. Signalization (per signalization plans package)
for Loop288 at Spencer Road intersection
F. Construction Traffic Control
G. Hydromulch Seeding (includes Wal-Mart side only,
all disturbed non -paved right-of-way)
H. Roadway Excavation
1. Sawcut and Remove Existing Paving
Total Improvements
1 IS $5,000.00 LS
90 LF
$26.00 LF
99 LF
$24.00 LF
23 LF
$28.00 LF
6 EA
$1,200.00 EA
2 EA
$1,200.00 EA
1 EA
$3,000.00 EA
1 LS $68,000.00 LS
1 LS $3,825.00 LS
5,550 SY
1,850 CY
450 SY
$0.36 SY
$3.40 CY
$4.50 SY
$11,811
$ W6, 326
$13,325
$13,728
$17,388
$5,220
$5,000
$2,340
$2,376
$644
$7,200
$2,400
$3,000
$68,000
$3,825
$1,998
$6,475
$2.025
$273,081
AAA019DF
PERFORMANCE BOND
THE STATE OF TEXAS §
BOND NO. 15-84-86
PROJECT NO.
CONTRACT NO. 7 b
COUNTY OF DENTON § KNOW :ALL MEN BY THESE PRESENTS:
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of Two hundred seventy three thousand
eighty one and no/100
Dollars, lawful money of the United States,
sum well and truly to be made we bind
executors, administrators, and successors,
and firmly by these presents:
------ (S 273,081.00
for the payment of which
ourselves, our heirs,
jointly and severally,
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated _ckAK— the day of October , 1995 in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed and fulfilled all of the
undertakings, covenants, terms, conditions, and agreements of said
Contract in accordance with the Plans, Specifications, and Contract
Documents during the original term thereof, and any extension
thereof which may be granted, with or without notice to the surety,
PAGE ONE
and during the life of any guaranty required under the Contract, and
shall also well and truly cause to be performed and fulfilled all
the covenants, terms and conditions and agreements of any and all
authorized modifications of said Contract that may hereafter bemade,
notice of which modifications to the surety being hereby waived;
then this obligation. shall be void; otherwise to remain in full
force and effect.
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
AND, that said Surety, for value received, hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the 0.4A day of
October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:���
Bradford Mc Junkin, President
ATTEST:
"ECRETY
_j
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
A ORNEY--IN-FACT /
Janice G. Correy
NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED.
MUST NOT BE PRIOR TO DATE OF CONTRACT.
DATE OF BOND
PAGE TWO
AAA019DF
BOND NO. 15-84-86
PROJECT NO. j ;Zq
CONTRACT NO. --L7y
PAYMENT BOND
THE STATE OF TEXAS §
COUNTY OF DENTON §
THAT DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700;.Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas,
hereinafter called "City", and unto all persons, firms and
corporations who may furnish materials for or perform labor upon
the buildings, structures or improvements referred to in the
attached contract, in the penal sum of Two hundred seventy three
thousand eighty one and no/100----------------------------------------------
($ 273,081.00 -
) Dollars, lawful money of the United States,
to be paid in Denton, Denton County, Texas, for the payment of
which sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the 0 jk day of October , 19 95 in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part
hereof, for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONP
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed its duties and make or cause
Contractor to make prompt payment to all persons, firms, sub-
contractors, corporations and claimants supplying labor and
material in the prosecution of the work provided for in said
contract and any and all duly authorized modification of said
Contract that may hereafter be made, notice of which modification
of the surety is hereby expressly waived, then this obligation
shall be void: Otherwise to remain in full force and effect.
Provided further, that if any legal action be filed upon this bond,
venue shall lie in Denton County, Texas.
AND THAT said Surety for value received hereby 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, Drawings, etc., 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.
each
of
IN WITNESS WHEREOF, this instrument is executed
one of which shall be deemed.an original, this
October 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
.BY:
Bradford Mc Junkin, President
ATTEST:
SECRETARY
SURETY
in triplicate,
the qth day
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY: /L " om.,
VTORNEY-IN-FACT
�fanice G. Correy
NOTE: DATE OF PAYMENT BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.
DACF mrtn
AAA019DF
BOND NO. 15-84-86
PROJECT NO. - )
CONTRACT NO. n i v
CONTRACTORS MAINTENANCE BOND
(DEVELOPMENT CONTRACT)
THE STATE OF TEXAS $
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF DENTON $
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsyivania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of Two hundred seventy three thousand
eighty one and no/100---------------------------------- ($273 081 00
Dollars, lawful money of the United States, the said sum being ten
percent (10%) of the total amount of the hereinafter mentioned
contract, for the payment of which sum well and truly to be made we
bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the Ckii,% day of October 19 95 in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONE
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully maintain and keep in good repair the work contracted to
be done and performed for a period of one (1) year from the date of
acceptance in writing by the City of Denton and do all necessary
work and repair of any defective conditions growing out of or
arising from the improper work of the same, including, but not
limited to, any settling, breaking, cracking or other defective
condition of any of the work or part thereof arising from improper
excavation, backfilling, compacting or any other cause or condition,
known or unknown, at any time during the period of this bond, which
the city engineer, whose judgment shall be final and conclusive,
determines to be the result of defective work, materials or labor;
then this obligation shall be void, otherwise to remain in full
force and effect.
In case the said Principal shall fail to maintain, repair or
reconstruct any defective condition of the work as determined
herein, it is agreed that the City may do said work and supply such
materials as necessary and charge the sum against the said Principal
and Surety on this obligation.
It is further agreed that this obligation shall be continued
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.
PROVIDED, further,'that if any legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the 01th day
of October , 19 95
PRINCIPAL SURETY
DAL —MAC CONSTRUCTION COMPANY THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY: ,
Ir��� BY: 1/.'�.
Bradford Mc Junkin, President AXRNEY—IN—FACT /
janice G. Correy
PAGE TWO
THE STATE OF TEXAS 5
COUNTY OF DENTON 9
WATER MAIN COST PARTICIPATION
AGREEMENT BETWEEN THE CITY OF
DENTON AND WAL-MART STORES, INC.
WHEREAS, Wal-Mart Stores, Inc., hereafter referred to as
"Developer," whose business address is 701 S. Walton Blvd.,
Bentonville, Arkansas 72716, wishes to develop and improve certain
real property named Wal-Mart Addition (as shown in Exhibit I,
attached hereto and incorporated herein by reference), located in
the City of Denton, Texas or its extraterritorial jurisdiction, and
is required to provide such property with adequate water capacity
by designing, constructing and installing a water main of a minimum
inside diameter of eight inches (811), hereafter referred to as
"required facilities"; and
WHEREAS, the City of Denton, Texas, a municipal corporation
located at 215 East McKinney, Denton, Texas 76201, hereafter
referred to as "City," in accordance with its ordinances, wishes to
participate in the cost of the construction and installation of
said water main to provide for an "oversized" water main to expand
its utility system and insure adequate utility service to other
customers;
NOW, THEREFORE, in consideration of the mutual promises and
covenants contained herein, Developer and City agree as follows:
1. Developer shall design, install and construct a twelve in-
ch (1211) water main and all necessary appurtenances thereto,
hereafter referred to as "oversized facilities,", located as shown
on Exhibit I, attached hereto and incorporated herein by reference.
2. As required by Chapter 34 of the Code of Ordinances of
City of Denton, Texas, Developer has entered into a Development
Contract prior to beginning construction of the oversized facili-
ties. This Development Contract is attached hereto as Exhibit II
and incorporated herein by reference. This Agreement is subject to
and governed by this Development Contract and any other applicable
ordinances of City.
3. Prior to beginning construction of the oversized facili-
ties, Developer shall obtain, at Developer's sole cost and expense,
all necessary permits, licenses and easements. The easements,
deeds and plats therefor obtained by Developer shall be reviewed
and approved as to form and substance by City prior to the begin-
ning of construction. If Developer is unable to acquire needed
easements, Developer shall provide City with any requested documen-
tation of efforts to obtain such easements, including evidence of
negotiations and reasonable offers made to the affected property
owners. Any easements for the oversized facilities obtained by the
WATER MAIN PARTICIPATION AGREEMENT / WAL-MART STORES, INC. PAGE 1
Developer shall be assigned to City, if not taken in City's name,
prior to acceptance of the oversized facilities, and Developer war-
rants clear title to such easements and will defend City against
any adverse claim made against such title.
4. City's share in the cost of the oversized facilities,
based upon the difference in the cost of installing required
facilities, as determined by City, and the cost of the oversized
facilities, as determined by City, shall be in an amount not to
exceed Seventeen Thousand Five Hundred Sixty-six Dollars and
Eighty-six Cents ($17,566.86). City may elect one of the following
methods to determine City's share of the cost:
a). Developer shall prepare plans and specifications
and furnish them to City. City shall competitively
bid the required line and the oversized facilities
in accordance with Chapter 252 of the Texas Local
Government Code. The difference in the bids shall
be used to determine City's share, subject to
City's maximum participation in cost as specified
in this Agreement; or
b) Developer shall prepare plans and specifications
and take bids on the required line and the over-
sized facilities. City shall pay Developer the
least amount of the following:
(1) The difference in the bids for the required
line and the oversized facilities;
(2) Thirty percent of the bid on the oversized
facilities, as provided for in §212.072 of the
Texas Local Government Code; or
(3) $17,566.86, the maximum participation cost al-
lowed herein.
City shall not, in any case, be liable for any additional cost
because of delays in beginning, continuing or completing construc-
tion; changes in the price or cost of materials, supplies, or
labor; unforeseen or unanticipated cost because of topography,
soil, subsurface, or other site conditions; differences in the
calculated and actual per linear feet of pipe or materials needed
for the oversized facilities; Developer's decision as to the
contractors or subcontractors used to perform the work; or any
other reason or cause, specified or unspecified, relating to the
construction of the oversized facilities.
5. Within thirty (30) days of the acceptance of the facili-
ties by City, Developer shall submit to City's Director of Utili-
ties the actual cost of the oversized facilities. Should the
actual cost of the oversized facilities be less than the cost upon
which City's share was determined, City's share of the cost shall
be reduced proportionally, on a per linear foot basis, based upon
WATER MAIN PARTICIPATION AGREEMENT / WAL-MART STORES, INC. PAGE 2
the difference of the actual cost of the oversized facilities and
the determined cost for required facilities. To determine the
actual cost of the oversized facilities, City shall have the right
to inspect any and all records of Developer, his agents, employees,
contractors or subcontractors and shall have the right to require
Developer to summit any necessary information, documents, invoices,
receipts or other records to verify the actual cost of the over-
sized facilities.
6. Within sixty (60) days of the date Developer submits sat
isfactory documentation of the actual cost of the oversized facili-
ties, as determined by City, City shall pay to Developer City's
share of the cost thereof.
7. All notices, payments or communications to be given or
made pursuant to this agreement by the parties hereto, shall be
sent to Developer at the business address given above and to the
Director of Utilities for City at the address given above.
8. Developer shall indemnify and hold City, its officers and
employees, harmless from any and all claims, damages, loss or
liability of any kind whatsoever, by reason of injury to property
or person occasioned by any act or omission, neglect or wrongdoing
of Developer, its officers, agents, employees, invitees, contrac-
tors or other persons with regard to the performance of this
agreement, and Developer will, at its own cost and expense, defend
and protect City, its officers and employees, against any and all
such claims and demands.
9. If Developer does not begin substantial construction of
the oversized facilities within twelve (12) months of the effective
date of execution of this agreement, this agreement shall termi-
nate.
10. This instrument embodies the whole agreement of the par-
ties hereto and there are no promises, terms, conditions or obliga-
tions other than those contained or incorporated herein. This
agreement shall supersede all previous communications, representa-
tions or agreements, either verbal or written, between the parties
hereto.
11. This agreement shall not be assigned by Developer without
the express written consent of City.
12. Any and all suits for any breach of this contract, or any
other suit pertaining to or arising out of this agreement, shall be
brought and maintained in a court of competent jurisdiction in
Denton County, Texas.
WATER MAIN PARTICIPATION AGREEMENT / WAL-MART STORES, INC. PAGE 3
Executed this, the �� day of 1995.
WAL-MART STORES, INC.
WIN
CITY OF DENTONI TEXAS
I"
Gec
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
E:\WPDOCS\K\WALMRT.WM
WATER MAIN PARTICIPATION AGREEMENT / WAL-MART STORES, INC. PAGE 4
N
r '
7
e;
'e TZ
Li r
w
a
/ �
f
W_
V
O � L •�
t
W
N
r€
W
:§` •:r
9
Y
r C <
F-
_77
-
/
_
C
r
i
t•.
z
C le_
p Yf
tl I•
t <iwilr
I=
oue
��'yay�r
• 1
mu
ow
\czQ
S
�S
yyGyreyyepp
e
}e!{[n��
1' •i7
I
�Lw
•Sj
�=
It ��lil
■EEE .�
iiiiii ,
Z.
:•�!.
•,
7
�•
_rn.
I
� CCC
r
w n I:a•.w
..• Y 1�
TL.!
I
•
r
1'
w -
K ,
t
W..00D9 7
THE STATE OF TEXAS
COUNTY OF DENTON §
Whereas,
PROJECT NO. LZ 3
CONTRACT NO. 2L�
DEVELOPMENT CONTRACT
Wal-Mart Stores, Inc.
hereafter referred to as "Owner," whose business address is
701 S. Walton Blvd., Bentonville, AR 72716 ,
is the owner of real property located in the corporate limits of
the City of Denton, or its extraterritorial jurisdiction; and
Whereas, owner wishes to develop the property and such
development must be performed in accordance with the applicable
ordinances of the City of Denton, hereafter referred to as "city";
and
Whereas, as a condition to the beginning of construction_ of
said development, a development contract is required to ensure that
all streets, water and sewer lines, drainage facilities and other
improvements which are to be dedicated to the public, hereafter
referred to as "Improvements," are constructed in accordance with
the cityfs specifications, standards and ordinances; and
[select applicable provision as follows)
[� Whereas, the Owner elects to construct the Improvements
without contracting with another party as prime contractor, in
which case the provisions of this contract which refer to "Owner's
or "Contractor" shall mean the owner as named above; or
EXHIBIT 11
whereas, the Owner elects to make such Improvements hereafter
set forth by contracting with
Dal -Mac Construction Co.
whose business address is
P. 0. Box 830160, Richardson, Tx 75083 , hereafter
referred to as "Contractor"; and
Whereas, owner and Contractor recognize that the City has an
interest in ensuring that the Improvements subject to this
agreement, Which will, upon completion and acceptance by the City,
become public property, are properly constructed in accordance with
the City's specifications and that payment is made therefor;
WITNESSETH
As to the Improvements to be dedicated to the public, as
specified in Exhibit A, attached hareto and incorporated by
reference, to be installed and constructed at
1515 South Loop 288, Denton, Texas 76201
the owner, contractor and City, in consideration of their mutual
promises and covenants contained herein, agree as follows:
1. Covenantg of contractor. Contractor agrees as follows!
(a) Specifications. To construct and install the
Improvements in accordance with the procedures, specifications and
standards contained in Division II and III of ,the City's Standard
specifications for Fublic works Construction North Central_Texas,
as amended, and all addendums thereto, and all other regulations,
ordinances or specifications applicable to such Improvements, such
PAGE 2
specifications, standards, regulations and ordinances being
expressly incorporated herein by reference and being made a part of
the agreement as though written herein.
(b) Authority of City Engineer: Inspections, Tests and
Orders. That all work on the Improvements shall be performed in a
good and workmanlike manner and to the satisfaction of the City
Engineer or his representative. The City Engineer shall decide all
questions which arise as to the quality and acceptability of
materials furnished, work performed, and the interpretation of
specifications.
The Contractor shall furnish the City Engineer or his
representative with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the
specifications applicable thereto. Any work done or materials used
without suitable inspection by the City may be ordered removed and
replaced at Contractor's expense.
Upon failure of the Contractor to allow for inspection,
to test materials furnished, to satisfactorily repair, remove or
replace, if so directed, rejected, unauthorized or condemned work
or materials, or to follow any other request or order of the City
Engineer or his representative, the City Engineer shall notify the
Owner of such failure and may suspend inspections of such work
until such failure is remedied. If such failure is not remedied to
the satisfaction of the City Engineer, the City shall have no
obligation under this agreement to approve or accept the
Improvements.
PAGE 3
(c) Insurance. To provide for insurance in accordance with
the insurance requirements applicable to contractors as provided
for in Item 1.26 of Division I of the Standard Specifications for
Public Works Construction, North Central Texas, as amended, the
provisions of which are expressly incorporated herein by reference;
provided, however, for purpose of this provision only, "Owner," as
used therein, shall mean the City of Denton.
(d) Means and Methods of Construction. That the means and
methods of construction shall be such as Contractor may choose;
subject, however, to the City's right to reject any Improvements
for which the means or method of construction does not, in the
judgment of the City Engineer, assure that the Improvements were
constructed in accordance with City specifications.
2. Mutual Covenants of Owner and Contractor. Owner and
Contractor mutually agree as follows:
(a) Performance Bonds: Escrow Agreement. That if building
permits are to be issued for the development prior to completion
and acceptance of all improvements that are to be dedicated to the
public, the following security requirements shall apply, unless the
development is a "one lot development," as defined by City's
Development Code:
(i) a performance bond in an amount not less than the
amount necessary to complete the Improvements, as
determined by the City Engineer, shall be submitted
guaranteeing the full and faithful completion of
the Improvements meeting the specifications of the
City, shall be in favor of the City, and shall be
executed by a surety company authorized to do
business in the State of Texas; or,
PAGE 4
(ii) if the cost of completing the Improvements, at the
time building permits are requested, is in an
amount of $50,000 or less, as determined by the
City Engineer, cash money in the amount necessary
to complete the Improvements, as determined by the
City Engineer, may be deposited with a bank as
escrow agent, pursuant to an escrow agreement
ensuring completion of the Improvements. Without
exception, the City's escrow agreement form shall
be used.
(b) Payment Bond; Assurance of Payment. That prior to
acceptance of the Improvements:
(i) a payment bond will be furnished in an amount not
less than one hundred percent (100%) of the
approximate total cost of the contract cost of the
Improvements, guaranteeing the full and proper
protection of all claimants supplying labor and
material for the construction of the Improvements,
shall be in favor of the City, and shall be
executed by an approved surety company authorized
to do business in the State of Texas; or,
(ii) if the total contract amount of all Improvements is
$50,000 or less, as determined by the City
Engineer, or the Improvements, regardless of the
contract amount, are for a "one lot development,"
as defined by City's Development Code, and a
payment bond has not been submitted in accordance
with (i) above, Owner and Contractor agree and
guarantee that any and all debts due to any person,
firm or corporation having furnished labor,
material or both in the construction of the
Improvements shall be fully paid and satisfied
before acceptance of the Improvements by the City
and that prior to acceptance of the Improvements,
the Owner and Contractor shall furnish a written
affidavit, in a form provided by the City Engineer,
stating that all bids, charges, accounts or claims
for labor performed and material furnished in
connection with the construction of the
Improvements have been paid in full and that there
are no unreleased recorded liens filed against the
Improvements, or land to which they are affixed,
that are to be dedicated to the public.
That, upon the request of the City Engineer, Owner
or Contractor shall furnish a complete list of all
subcontractors who performed labor on, or supplied
PAGE 5
material for, the construction of the Improvements,
and, when requested, written statement from any or
each of such subcontractors or suppliers that they
have been paid in full.
(c) Retainage; Final Payments. (This provision (c) applies
only where the Owner and Contractor are not he same party.] That
as security for the faithful completion of the Improvements,
Contractor and Owner agree that the Owner shall retain ten percent
of the total dollar amount of the contract price until after final
approval or acceptance of the improvements by the City. The Owner
shall thereafter pay the Contractor the retainage, only after
Contractor has furnished to the Owner satisfactory evidence that
all indebtedness connected with the work and all sums of money due
for labor, materials, apparatus, fixtures or machinery furnished
for and used in the performance of the work have been paid or
otherwise satisfied.
(d) Encumbrances. That upon completion and approval or
acceptance of the Improvements of the City, the Improvements shall
become the property of the City free and clear of all liens,
claims, charges or encumbrances of any kind. If, after acceptance
of the Improvements, any claim, lien, charge or encumbrance is
made, or found to exist, against the Improvements, or land
dedicated to the City, to which they are affixed, the Owner and
Contractor shall upon notice by the City promptly cause such claim
lien, charge or encumbrance to be satisfied and released or
promptly post a bond with the City in the amount of such claim,
PAGE 6
lien, charge or encumbrance, in favor of the City, to ensure
payment of such claim, lien, charge or encumbrance.
(e) Maintenance Bond. That prior to approval or acceptance
of the Improvements by the City, to furnish a maintenance bond in
form and substance acceptable to the City, in the amount of ten
percent (10%) of the contract amount of the Improvements, insuring
the repair and replacement of all defects due to faulty material
and workmanship that appear within one year from the date of
acceptance. The bond shall be in favor of the City and shall be
executed by an approved surety company authorized to do business in
the State of Texas.
(f) Indemnification. To indemnify, defend and save
harmless, the City, its officers, agents and employees from all
suits, actions or claims of any character, name and description
brought for or on account of any injuries or damages received as
sustained by any person, persons or property on account of the
operations of the Contractor, his agents, employees or
subcontractors; or on account of any negligent act of fault of the
Contractor, his agents, employees or subcontractors in construction
of the improvements; and shall pay any judgment, with costs, which
may be obtained against the City growing out of such injury or
damage.
(g) Agreement Controlling. That the provision of this
agreement shall control over any conflicting provision of any
contract between the Owner and Contractor as to the construction of
the Improvements.
PAGE 7
3. Occupancy; One Lot Developments. Owner further agrees as
follows:
(a) That owner will 'not allow any purchasers, lessee, or
other person to occupy any building within the development until
all Improvements are completed and accepted by the City, and that
upon violation thereof will pay the City $3,000.00 as liquidated
damages, but such payment shall not be deemed approval of such
occupancy and the City may take whatever action necessary to
restrain such occupancy.
(b) That if this contract applies to a "one lot
development," as defined by City's Development Code, and no
performance or payment bond was required or submitted for the
improvements that are to be dedicated to the public, the Owner
shall not be issued a Certificate of Occupancy for any building
constructed or located therein until all required public
improvements have been completed and accepted in accordance with
this contract.
4. Covenants of City. That, upon proper completion of the
Improvements in accordance with this agreement, the City agrees to
accept the Improvements.
5. Venue and Governing Law. The parties herein agree that this
contract shall be enforceable in Denton County, Texas, and if legal
action is necessary in connection therewith, exclusive venue shall
lie in Denton County, Texas. The terms and provisions of this
contract shall be construed in accordance with the laws and court
decisions of the State of Texas.
PAGE 8
6. Successor and Assigns..This contract shall be binding
upon and inure to the benefit of the parties hereto, their
respective successors and assigns.
Executed in triplicate this assigns.
October 1995
OWNER CONTRACTOR
WAL-MART STORES, INC. DAL -MAC CONSTRUCTION COMPANY
BY: BY:
T 6r Lip Bradford Mr Jimkin_ P cc; ie a
tlaN} V �e �c�t',c�e„ CII
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY: 1 a tl 1 %X Fi
v
LM
PAGE 9
EXHIBIT "A"
PROPOSED BRINKER ROAD, SPENCER ROAD AND ONSITE DRAINAGE IMPROVEMENTS TO SERVE
WAL-MART ADDITION 1515 SOUTH LOOP 288, DENTON, TEXAS
BRINKER ROAD SPENCER ROAD AND ONSITE DRAINAGE IMPROVEMENTS
Brinker Road (paving and drainage improvements only; water/sewer in Brinker Road right-of-way is included in Para
I above)
A.
Paving (asphalt or concrete)
6,000 SY
$14.29 SY
$85,740
B.
Curb
3,545 LF
S8.50 LF
$30,133
C.
Sidewalk
1,790 LF x 4' wide
795 SY
$18.00 SY
$14,310
D.
Concrete Paving @ Median Noses
52 SY
$18.00 SY
$936
E.
Storm Drain
18" RCP, Class III
355 LF
$24.00 LF
S8,520
21" RCP, Class III
207 LF
S26.00 LF
S5,382
24" RCP, Class III
54 LF
$28.00 LF
$1.512
30" RCP, Class III
84 LF
$42.00 LF
$3,528
36" RCP, Class III
210 LF
$55.00 LF
S11,550
5' Curb Inlet
2 EA
$1,600.00 EA
S3,200
10' Curb Inlet
3 EA
$2,400.00 EA
$7,200
5' Square Manhole
2 EA
$2,600.00 EA
$5,200
30" Type "B" Headwall
2 EA
$1,200.00 EA
$2,400
36" Type "B" Headwall
1 EA
$1,400.00 EA
$1,400
8"-12" Rock Riprap
80 SY
S75.00 SY
$6,000
Geotextile Fabric
80 SY
S5.00 SY
$400
F.
Pavement Markings and Traffic Signage
1 LS
$5,000.00 LS
$5,000
G.
"End of Road" Barricade
70 LF
$25.00 LF
$1,750
Spencer Road
A. Paving
Asphalt 2" Overlay
615 SY
S6.61 SY
S4,065
B. Storm Drain
24" RCP, Class IV
120 LF
$28.00 LF
S3,360
Double 24" Type "B" Headwall
2 EA
$1,000.00 EA
S2,000
Onsite Drainage Improvements (Brinker Road storm drain outfall headwalls and rock riprap
included in "Brinker Road"
break-out above.
Excavation
20,000 CY
S2.50 CY
S50,000
Concrete Swale
6,200 SF
S3.25 SF
$20,150
Erosion Control
1 LS
$5,000.00 IS
$5,000
Outlet Structure
1 EA
$2,600.00 EA
S2,600
48" RCP, Class III (to outfall @ east property line)
261 LF
$95.00 LF
S24,795
48" Special Headwall and Baffled Outfall Apron
1 EA
$2,600.00 EA
S2,600
Riprap (10"-12" mortared rock)
165 SY
S80.00 SY
S13.200
Total Improvements S321,931
AAA019DF
PERFORMANCE BOND
THE STATE OF TEXAS §
BOND NO. 15-84-87
PROJECT NO. 5 �3
CONTRACT NO. _2 q
COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS:
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State- Of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of _Three hundred twenty one thousand
nine hundred thirty one and no/100 ----------------------
(S 321 931.00
Dollars, lawful money of the United States, for the payment of which
sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally,
and firmly by these presents:
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated 0N{h the day of October 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed and fulfilled all of the
undertakings, covenants, terms, conditions, and agreements of said
Contract in accordance with the Plans, Specifications, and Contract
Documents during the original term thereof, and any extension
thereof which may be granted, with or without notice to the surety,
PAGE ONE
and during the life of any guaranty required under the Contract, and
shall also well and truly cause to be performed and fulfilled all
the covenants, terms and conditions and agreements of any and all
authorized modifications of said Contract that may hereafter bemade,
notice of which modifications to the surety being hereby waived;
then this obligation shall be void; otherwise to remain in full
force and effect.
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
AND, that said Surety, for value received, hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the qth day of
October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:��
Bradford Mc Junkin, President
ATTEST:
SECRETARY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
TORNEY-IN-FACT
,Janice G. Correy
NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED.
MUST NOT BE PRIOR TO DATE OF CONTRACT.
DATE OF BOND
PAGE TWO
AAA019DF
BOND NO. 15-84-87
PROJECT NO. qf- %j
CONTRACT NO. 26
PAYMENT BOND
THE STATE OF TEXAS §
COUNTY OF DENTON §
THAT DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas County, Texas, hereinafter called principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsvlvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas,
hereinafter called "City", and unto all persons, firms and
corporations who may furnish materials for or perform labor upon
the buildings, structures or improvements referred to in the
attached contract, in the penal sum of Three hundred twenty one
thousand nine hundred thirty one and no/100 -------------------------------
($ 321,931.00 ) Dollars, lawful money of the United States,
to be paid in Denton, Denton County, Texas, for the payment of
which sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the Ok4k day of October , 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part
hereof, for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PArr nmr
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed its duties and make or cause
Contractor to make prompt payment to all persons, firms, sub-
contractors, corporations and claimants supplying labor and
material in the prosecution of the work provided for in said
contract and any and all duly authorized modification of said
Contract that may hereafter be made, notice of which modification
of the surety is hereby expressly waived, then this obligation
shall be void: Otherwise to remain in full force and effect.
Provided further, that if any legal action be filed upon this bond,
venue shall lie in Denton County, Texas.
AND THAT said Surety fbr value received hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed -.an original, this the Afh day
of October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:�"�`
Bradford Mc Junkin, President
ATTEST:
AECRETAVRY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
�T�
TTORNEY—IN—FAC�
Janice G. Correy
NOTE: DATE OF PAYMENT BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.
PAGE TWO
.MT6 • l a
BOND NO. 15-84-87
PROJECT NO. �5
CONTRACT NO. 2 61
CONTRACTOR'S MAINTENANCE BOND
(DEVELOPMENT CONTRACT)
THE STATE OF TEXAS S
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF DENTON S
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of Three hundred twenty one thousand
nine hundred thirty one and no/100-=------------------- ($321,931.00
1
Dollars, lawful money of the United States, the said sum being ten
percent (10%) of the total amount of the hereinafter mentioned
contract, for the payment of which sum well and truly to be made we
bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the diih day of October , ig 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONE
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully maintain and keep in good repair the work contracted to
be done and performed for a period of one (1) year from the date of
acceptance in writing by the City of Denton and do all necessary
work and repair of any defective conditions growing out of or
arising from the improper work of the same, including, but not
limited to, any settling, breaking, cracking or other defective
condition of any of the work or part thereof arising from improper
excavation, backfilling, compacting or any other cause or condition,
known or unknown, at any time during the period of this bond, which
the city engineer, whose judgment shall be final and conclusive,
determines to be the result of defective work, materials or labor;
then this obligation shall be void, otherwise to remain in full
force and effect.
In case the said Principal shall fail to maintain, repair or
reconstruct any defective condition of the work as determined
herein, it is agreed that the City may do said work and supply such
materials as necessary and charge .the sum against the said Principal
and Surety on this obligation.
It is further agreed that this obligation shall be continued
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..
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the Jfh_ day
of October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY: 'G\n•L—�
Bradford Mc Junkin, President
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
A TORNEY-IN-FACT if
Janice G. Correy
PAGE TWO
PO\VER OF ATTORti F"t
The Insurance Conlpanv of the Matt ,` E • 1.;l.civania
Principal Bona Ofticc 'I- Pate mreej. Ncw
KNOW ALL MEN BY THESE PRESEtiI �
That Tile {llsuran z (bmpanv oCthc State of }, ,_,., .•...:.,,, .i i'enns}'h'ama cor}x)r.tu ',
1:; t, ,I: ,r'r
—Joe Bruce, Janice C. Correy, Dorothy 1 awk, i, �014c-cn Day, Pamelia McLemore: ;it D411a., *texas --
Its true and IwAful AtloiliCv(S)-ill-fACt. Nall ;i:,; e,.1 ;:, ,11A to execute oil its behail rp,t.,), inde, lai.l figs, rccogrllt/mnrCr. .11!0
contracts of lndenuu(y alit) wrltltlgs ilg", " < iLe reo )f, issued Ii! tiii _ u1(tGo aiid iF :'!I„i
thereby
IN WITNESS WHEREOF, The Insurance Conilmir. 0I the State of Pennsylvania has cw,_wed these presents
STATE OF NEW YORK )
COUNTY OF NEW YORK)ss.
ihfs 2lsi da} ofSehturm(KI..
William D South. Ptt s•ct l'
On this 21 st of September, 1994, before file came the
above named officer of The Insurance Company of the State
of Pennsylvania, to me personally known to be the indnidual
and officer described herein, and acknowledged that he
executed the foregoing instrument and affixed the seFil of said
corporation thereto bs authority 'f h:s office
10SEPH S. NOZZ000
Notary Public. Stare o/ tda y
ork
No. 01-NO4552754
0ual'rfiad in Westc•,aslei
iorm Expires Jan. '1, '
CERTIFICATE
Excerpts of Resolun.m adopted bs the Hoard of Dlresturs 4'111, htsut m.'a Compare of the state of Pcrinaclsmna, on s1e, i R 1476
"RESOLVED, that the Chairman of the &card, the President, .,r m!, ', irc President be, and hereby is, audioniad o- yip nit \notne,in I -.,a h, iapresent and .. I-,
m behalf of the Company to execute fronds, undertakings, recogniranca and other contracts of mdetivnit and +n, m,g ,bllgab •n in the 'lat!ne d,cre"L M'd to av... !' . ••
the corporate seal of the Company, in the transaction of its surcn busol .
-RESOLVED, that the signatures and atteslations of such ,Alicets and the seal of the Company may be affixed to at» such Power of Attomcs or to am .ern i,av relannc
thereto by fammde, and any such Power of Anorney or certificate hearing such facsirmle signatures or fau-stmde seal shall be valid mid binding upon the Compan. when
affixed with respect to any hand, undertaking, reeogni7arice .ir other contrail of indemnity or writing obligaton in the nature thereof.
"RESOLVED, that any such Atlomev-m-Fad dch,enng a secretariat :Mifi.ation that the foregoing rc,ohnans still be in effect mat iwwrt in such .c;liticatnn the :at:
thereof. said date to he nrA later than the date of deliver there„ f b, cu,h Att.,met-m-Fact "
1. Eili7atxth 11 fuik laoa.uti ,,1 -Ihe hisurance G-wi,m, r 1•,. .,a< ,I Penasvlranta, do hereh, sefld\ th.it ate :'acq mg excerpts of Rc,olultml to, pled hs c• :* '
Duedon.,f fill. ,.,-en..n, ,,rid the P.-„o I VI. tl, -:: -hit eui, are tnie mid :orrect, and that t. (h ,h. Fcc„ lutum and the -I
mid effect
INWINESS51!IEREI)F ilia. -,...icon wi me tncaunue cal •q vi,,." , ti
th1, .tat "I
1 1lialx�lh \1 l u. k �� c rrl.tr.
rAAA.00D97
PROJECT NO. `' )2
CONTRACT NO. 2A
THE STATE OF TEXAS
COUNTY OF DENTON
DEVEIAPMENT CO
Whereas, Wal-Mart Stores, Inc.
hereafter referred to as "Owner," whose business address is
701 S. Walton Blvd., Bentonville, AR 72716
is the owner of real property located in the corporate limits of
the City of Denton, or its extraterritorial jurisdiction; and
Whereas, owner wishes to develop the property and such
development must be performed in accordance with the applicable
ordinances of the City of Denton, hereafter referred to as "City";
and
Whereas, as a condition to the beginning of construction of
said development, a development contract is required to ensure that
all streets, water and sewer lines, drainage facilities and other
improvements which are to be dedicated to the public, hereafter
referred to as "Improvements," are constructed in accordance with
the Cityis specifications, standards and ordinances; and
[select applicable provision as follows]
CJ Whereas, the Omer elects to construct the Improvements
without contracting with another party as prime contractor, in
which Case the provisions of this contract which refer to "Owner"
or "Contractor" shall mean the Owner as named above; or
whereas, the Owner elects to make such Improvements hereafter
Dal -Mac Construction Co.
set forth by contracting with
, whose busines6 address is
P. 0. Box 830160, Richardson, Tx 75083 !. hereafter
referred to as "Contractor"; and
Whereas, owner and Contractor recognize that the city has an
interest in ensuring that the Improvements subject to this
agreement, Which will, upon completion and acceptance by the City,
become public property, are properly constructed in accordance with
the City's specifications and that payment is made therefor;
WITNESSETH
As to the Improvements to be dedicated to the public, as
specified in Exhibit A, attached hereto and incorporated by
reference, to be installed and constructed at
1515 South Loop 288, Denton, Texas 76201
the owner, contractor and City, in consideration of their mutual
promises and covenants contained herein, agree as follows:
1. Covenants of Contractor. Contractor agrees as follows:
(a) Specifications. To construct and install the
Improvements in accordance with the procedures, specifications and
standards contained in Division II and III of the Citv's standard
Specifications for Public works Construction North eentr Texas,
as amended, and all addendums thereto, and all other regulations,
ordinances or specifications applicable to such Improvements, such
specifications, standards, regulations and ordinances being
expressly incorporated herein by reference and being made a part of
the agreement as though written herein.
(b) Authority of City Engineer; Inspections, Tests and
Orders. That all work on the Improvements shall be performed in a
good and workmanlike manner and to the satisfaction of the City
Engineer or his representative. The City Engineer shall decide all
questions which arise as to the quality and acceptability of
materials furnished, work performed, and the interpretation of
specifications.
The Contractor shall furnish the City Engineer or his
representative with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the
specifications applicable thereto. Any work done or materials used
without suitable inspection by the City may be ordered removed and
replaced at Contractor's expense.
Upon failure of the Contractor to allow for inspection,
to test materials furnished, to satisfactorily repair, remove or
replace, if so directed, rejected, unauthorized or condemned work
or materials, or to follow any other request or order of the City
Engineer or his representative, the City Engineer shall notify the
Owner of such failure and may suspend inspections of such work
until such failure is remedied. If such failure is not remedied to
the satisfaction of the City Engineer, the City shall have no
obligation under this agreement to approve or accept the
Improvements.
PAGE 3
(c) Insurance. To provide for insurance in accordance with
the insurance requirements applicable to contractors as provided
for in Item 1.26 of Division I of the standard specifications for
Public Works Construction, North Central Texas, as amended, the
provisions of which are expressly incorporated herein by reference;
provided, however, for purpose of this provision only, "Owner," as
used therein, shall mean the City of Denton.
(d) Means and Methods of Construction. That the means and
methods of construction shall be such as Contractor may choose;
subject, however, to the City's right to reject any Improvements
for which the means or method of construction does not, in the
judgment of the City Engineer, assure that the Improvements were
constructed in accordance with City specifications.
2. Mutual Covenants of Owner and Contractor. Owner and
Contractor mutually agree as follows:
(a) Performance Bonds: Escrow Agreement. That if building
permits are to be issued for the development prior to completion
and acceptance of all improvements that are to be dedicated to the
public, the following security requirements shall apply, unless the
development is a "one lot development," as defined by City's
Development Code:
(i) a performance bond in an amount not less than the
amount necessary to complete the Improvements, as
determined by the City Engineer, shall be submitted
guaranteeing the full and faithful completion of
the Improvements meeting the specifications of the
City, shall be in favor of the City, and shall be
executed by a surety company authorized to do
business in the state of Texas; or,
PAGE 4
(ii) if the cost of completing the Improvements, at the
time building permits are requested, is in an
amount of $50,000 or less, as determined by the
City Engineer, cash money in the amount necessary
to complete the Improvements, as determined by the
City Engineer, may be deposited with a bank as
escrow agent, pursuant to an escrow agreement
ensuring completion of the Improvements. Without
exception, the City's escrow agreement form shall
be used.
(b) Payment Bond; Assurance of Payment. That prior to
acceptance of the Improvements:
(i) a payment bond will be furnished in an amount not
less than one hundred percent (100%) of the
approximate total cost of the contract cost of the
Improvements, guaranteeing the full and proper
protection of all claimants supplying labor and
material for the construction of the Improvements,
shall be in favor of the City, and shall be
executed by an approved surety company authorized
to do business in the State of Texas; or,
(ii) if the total contract amount of all Improvements is
$50,000 or less, as determined by the City
Engineer, or the Improvements, regardless of the
contract amount, are for a "one lot development,"
as defined by City's Development Code, and a
payment bond has not been submitted in accordance
with (i) above, Owner and Contractor agree and
guarantee that any and all debts due to any person,
firm or corporation having furnished labor,
material or both in the construction of the
Improvements shall be fully paid and satisfied
before acceptance of the Improvements by the City
and that prior to acceptance of the Improvements,
the Owner and Contractor shall furnish a written
affidavit, in a form provided by the City Engineer,
stating that all bids, charges, accounts or claims
for labor performed and material furnished in
connection with the construction of the
Improvements have been paid in full and that there
are no unreleased recorded liens filed against the
Improvements, or land to which they are affixed,
that are to be dedicated to the public.
That, upon the request of the City Engineer, Owner
or Contractor shall furnish a complete list of all
subcontractors who performed labor on, or supplied
nar_r G
material for, the construction of the Improvements,
and, when requested, written statement from any or
each of such subcontractors or suppliers that they
have been paid in full.
(c) Retainage; Final Payments. [This provision (c) applies
only where the Owner and Contractor are not he same party.] That
as security for the faithful completion of the Improvements,
Contractor and Owner agree that the Owner shall retain ten percent
of the total dollar amount of the contract price until after final
approval or acceptance of the improvements by the City. The Owner
shall thereafter pay the Contractor the retainage, only after
Contractor has furnished to the Owner satisfactory evidence that
all indebtedness connected with the work and all sums of money due
for labor, materials, apparatus, fixtures or machinery furnished
for and used in the performance of the work have been paid or
otherwise satisfied.
(d) Encumbrances. That upon completion and approval or
acceptance of the Improvements of the City, the Improvements shall
become the property of the City free and clear of all liens,
claims, charges or encumbrances of any kind. If, after acceptance
of the Improvements, any claim, lien, charge or encumbrance is
made, or found to exist, against the Improvements, or land
dedicated to the City, to which they are affixed, the Owner and
Contractor shall upon notice by the City promptly cause such claim
lien, charge or encumbrance to be satisfied and released or
promptly post a bond with the City in the amount of such claim,
PACP F
lien, charge or encumbrance, in favor of the City, to ensure
payment of such claim, lien, charge or encumbrance.
(e) Maintenance Bond. That prior to approval or acceptance
of the Improvements by the City, to furnish a maintenance bond in
form and substance acceptable to the City, in the amount of ten
percent (10%) of the contract amount of the Improvements, insuring
the repair and replacement of all defects due to faulty material
and workmanship that appear within one year from the date of
acceptance. The bond shall be in favor of the City and shall be
executed by an approved surety company authorized to do business in
the State of Texas.
(f) Indemnification. To indemnify, defend and save
harmless, the City, its officers, agents and employees from all
suits, actions or claims of any character, name and description
brought for or on account of any injuries or damages received as
sustained by any person, persons or property on account of the
operations of the Contractor, his agents, employees or
subcontractors; or on account of any negligent act of fault of the
Contractor, his agents, employees or subcontractors in construction
of the improvements; and shall pay any judgment, with costs, which
may be obtained against the City growing out of such injury or
damage.
(g) Agreement Controlling. That the provision of this
agreement shall control over any conflicting provision of any
contract between the Owner and Contractor as to the construction of
the Improvements.
PAGE 7
3. Occupancy; One Lot Developments. Owner further agrees as
follows:
(a) That Owner will not allow any purchasers, lessee, or
other person to occupy any building within the development until
all Improvements are completed and accepted by the City, and that
upon violation thereof will pay the City $3,000.00 as liquidated
damages, but such payment shall not be deemed approval of such
occupancy and the City may take whatever action necessary to
restrain such occupancy.
(b) That if this contract applies to a "one lot
development," as defined by City's Development Code, and no
performance or payment bond was required or submitted for the
improvements that are to be dedicated to the public, the Owner
shall not be issued a Certificate of Occupancy for any building
constructed or located therein until all required public
improvements have been completed and accepted in accordance with
this contract.
4. Covenants of City. That, upon proper completion of the
Improvements in accordance with this agreement, the City agrees to
accept the Improvements.
5. Venue and Governing Law. The parties herein agree that this
contract shall be enforceable in Denton County, Texas, and if legal
action is necessary in connection therewith, exclusive venue shall
lie in Denton County, Texas. The terms and provisions of this
contract shall be construed in accordance with the laws and court
decisions of the State of Texas.
PAGE 8
6. Successor and Assigns This contract shall be binding
upon and inure to the benefit of the parties hereto, their
respective successors and assigns.
Executed in triplicate this day of October 1095
OWNER CONTRACTOR
WAL-MART STORES C. DAL -MAC CONSTRUCTION COMPANY
BY: I BY; '/*W
o } g�a` tt Bradford Mc Junkin, President
s�-r,v.A-
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: 4zztey
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY: iJ> �r D FAernl
CITY OF DENjON, TEXAS
De
PAGE 9
EXHIBIT "A"
PROPOSED PUBLIC WATER AND SEWER UTILITIES IMPROVEMENTS TO SERVE
WAL-MART ADDITION 1515 SOUTH LOOP 288, DENTON, TEXAS
A. Sanitary Sewer
12" PVC SDR35
8" PVC SDR35
Manhole
Manhole over Existing Line @ Spencer Road
2,620 LF
$17.00 LF
$44,540
345 LF
$15.00 LF
$5,175
10 EA
$2,600.00 EA
S26,000
1 EA
$4,000.00 EA
$4,000
B. Water (all of Lines A, B, C, D and E, excluding the domestic and irrigation service lines.
16" C-900 PVC
365 LF
$36.00 LF
$13,140
12" C-900 PVC
2,371 LF
$21.00 LF
$49,791
8" C-900 PVC
3,412 LF
$15.00 LF
$51,180
6" C-900 PVC
300 LF
$14.00 LF
$4,200
Fire Hydrant
14 EA
$1,600.00 EA
$22,400
16" Gate Valve
2 EA
$4,000.00 EA
$8,000
12" Gate Valve
5 EA
$950.00 EA
$4,750
8" Gate Valve
10 EA
$600.00 EA
$6,000
6" Gate Valve
14 EA
$500.00 EA
$7,000
3" Gate Valve
2 EA
$400.00 EA
$800
Cast Iron Fittings
3.5 TON
$3.500.00 TON
S12,250
20"x16" Gifford Hill Concrete Pipe Tap
I EA
$5,000.00 EA
S5,000
24" Bore and Casing
85 LF
$180.00 LF
S15,300
Water Meter (3" Compound)
1 EA
S8,500.00 EA
S8,500
Water Meter (2" Turbo)
1 EA
$1,000.00 EA
S1,000
Backflow Preventer(2")
1 EA
$1,000.00 EA
S1,000
Thrust Block
10 CY
$200.00 CY
$,1,000
Taal Improvements $292,026
AAA019DF
PERFORMANCE BOND
THE STATE OF TEXAS §
BOND NO. 15-84-85
PROJECT NO. 2
CONTRACT N0.
COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS:
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsy vania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of -Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of
Two hundred ninety two thousand twenty six & 00/100 ($ 292,026 00
Dollars, lawful money of the United States, for the a p yment of which
sum- well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally,
and firmly by these presents:
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated lih the day of October 1 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed and fulfilled all of the
undertakings, covenants, terms, conditions, and agreements of said
Contract in accordance with the Plans, Specifications, and Contract
Documents during the original term thereof, and any extension
thereof which may be granted, with or without notice to the surety,
PAGE ONE
and during the life of any guaranty required under the Contract, and
shall also well and truly cause to be performed and fulfilled all
the covenants, terms and conditions and agreements of any and all
authorized modifications of said Contract that may hereafter bemade,
notice of which modifications to the surety being hereby waived;
then this obligation shall be void; otherwise to remain in full
force and effect.
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
AND, that said Surety, for value received, hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the
October lg 95 114 day of
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:
Bradford Mc Junkin, President
ATTEST:
ACRETARY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
FTORNEY-IN-FACT
anice G. Correy
NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED. DATE OF BOND
MUST NOT BE PRIOR TO DATE OF CONTRACT.
PAGE TWn
AAA019DF
BOND NO. 15-84-85
PROJECT NO. 6
CONTRACT NO.
PAYMENT BOND
THE STATE OF TEXAS S
COUNTY OF DENTON S
THAT DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas,
hereinafter called "City", and unto all persons, firms and
corporations who may furnish materials for or perform labor upon
the buildings, structures or improvements referred to in the
attached contract, in the penal sum of Two hundred ninety two thousand
twenty six and no/100
($292,026.00 ) Dollars, lawful money of the United States,
to be paid in Denton, Denton County, Texas, for the payment of
which sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the qfh day of October , 1995 in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part
hereof, for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONE
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed its duties and make or cause
Contractor to make prompt payment to all persons, firms, sub-
contractors, corporations and claimants supplying labor and
material in the prosecution of the work provided for in said
contract and any and all duly authorized modification of said
Contract that may hereafter be made, notice of which modification
of the surety is hereby expressly waived, then this obligation
shall be void: Otherwise to remain in full force and effect.
Provided further, that if any legal action be filed upon this bond,
venue shall lie in Denton County, Texas.
AND THAT said Surety for value received hereby 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, Drawings, etc., 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.
each
of
IN WITNESS WHEREOF, this instrument is executed in triplicate,
one of which shall be deemed.an original, this the nth day
October 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
.BY: �?'2 U L�
Bradford Mc Junkin, President
ATTEST:
AECRATARY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
ORNEY-IN-FACT i
Janice G. Correy
NOTE: DATE OF PAYMENT BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.
PAGF. TWO
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully maintain and keep in good repair the work contracted to
be done and performed for a period of one (1) year from the date of
acceptance in writing by the City of Denton and do all necessary
work and repair of any defective conditions growing out- of or
arising from the improper work of the same, including, but not
limited to, any settling, breaking, cracking or other defective
condition of any of the work or part thereof arising from improper
excavation, backfilling, compacting or any other cause or condition,
known or unknown, at any time during the period of this bond, which
the city engineer, whose judgment shall be final and conclu-cive,
determines to be the result of defective work, materials or labor;
then this obligation shall be void, otherwise to remain in full
force and effect.
In case the said Principal shall fail to maintain, repair or
reconstruct any defective condition of the work as determined
herein, it is agreed that the City may do said work and supply such
materials as necessary and charge .the sum against the said Principal
and Surety on this obligation.
It is further agreed that this obligation shall be continued
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. .
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
each
of
IN WITNESS WHEREOF, this instrument is executed
one of which shall be deemed an original, this
October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY: _21� \."_ __-
Bradford Mc Junkin, President
SURETY
in triplicate,
the %_ day
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY: r 9�
AT� RNEY-IN-FACT
Jdnice G. Correy
PAGE TWO
AAA019DF
BOND NO. 15-84-85
PROJECT NO.
CONTRACT NO.
CONTRACTOR'S MAINTENANCE BOND
(DEVELOPMENT CONTRACT)
THE STATE OF TEXAS $
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF DENTON $
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvinia
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of Two hundred ninety two thousand
twenty six and no/100-----------------------------------19 292.026.00
Dollars, lawful money of the United States, the said sum being ten
percent (10%) of the total amount of the hereinafter mentioned
contract, for the payment of which sum well and truly to be made we
bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the �{ _ day of October , 19 95 , in the
Proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONE
POWER OF ATTORNEY
The Insurance Company of the State of Pennsylvania
Principal Bond Office: 70 Pine Street, New fork. N Y 10270 No o9-t34u,1ilf,
KNOW ALL MEN BY THESE PRESENTS:
That The Insurance Company of the State of Pennsylvania, a Pennsylvania corporation, does hereb} appoint
--Joe Bruce, Janice G. Correy, Dorothv Valek, Kathleen Day, Pamelia McLemore: of Dallas, Texas —
its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recogmcances and other
contracts of indemnity and writings obligatory_ in the nature thereof, issued in the course of its business, and to bind the compam
thereby
IN WITNESS WHEREOF, The Insurance Compact of the State of Pennsylvania has executed these presents
this 21st day of September,1994.
William D. Smith, President
STATE OF NEW YORK )
COUNTY OF NEW YORK)ss.
On this 21st of September. 1994, before me came the
above named officer of The Insurance Company of the State
of Pennsylvania, to me personally known to be the individual 00
and officer described herein, and acknowledged that he 30SEPH 6. NOZZOtlo
cry Public, State or Now York
executed the foregoing instrument and affixed the seal of said No. ol-NO4652754
corporation thereto by authority of his office. ()ttalrfiad in Westchester
Qerm 190ries Jan. 31, .�.kT
CERTIFICATE
Excerpts of Resolution adopted by the Board of Directors of The Insurance Company of the State of Pennsylvania, on May 18, 1976
"RESOLVED, that the Chairman of the Board, the President, or any vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act tix and
on behalf of the Company to execute bands, undertakings, recognizances and other contracts of indemnity and writings ohligatory in the nature thereof, and to attach thereto
the corporate seal of the Company, in the transaction of its surety business;
"RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be aTixed to any such Power of Attorney or to any certificate relating
thereto by fsesimde, and any such Power of Attomey or certificate bc: ng such facsimile signatures or facsimile seal shall be valid and binding upon the Companv when so
affixed with respect to any bond undertaking, recognizance or other contract of indemnity a writing obligatory in the nature thereof,
"RESOLVED, that any such Attomey-m-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date
thereof, said date to be not later than the date of delivery thereof by such .Attomey-in-Fact."
1, Elizabeth M. Tuck, Secretary of The Insurance Companv of the Sate of Pennsylvania, do hereby certify that the foregoing excerpts of Resolution adopted by the Roard of
Directors of this corporation, And the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Mtorney are in fidl force
and effect
IN WITNESS WHEREOF, I have hereunto set my h,utd and alfixed the fawtmile seal of the corporation
this day of 19
Elt�abeth M Tuck, Secretan
AAAOOD97
PROJECT No. gLLq
CONTRACT NO.
THE STATE OF TEXAS 5
DEVELOPMENT CONTRACT
COUNTY OF DENTON S
Whereas,
Wal-Mart Stores, Inc.
hereafter referred to as "Owner," whose business address is
701 S. Walton Blvd., Bentonville, AR 72716
is the owner of real property located in the corporate limits of
the City of Denton, or its extraterritorial jurisdiction; and
Whereas, owner wishes to develop the property and such
development must be performed in accordance with the applicable
ordinances of the City of Denton, hereafter referred to as "City";
and
Whereas, as a condition to the beginning of construction of
said development, a development contract is required to ensure that
all streets, water and sewer lines, drainage facilities and other
improvements which are to be dedicated to the public, hereafter
referred to as "Improvements," are constructed in accordance with
the city/s specifications, standards and ordinances; and
(select applicable provision as follows)
0 Whereas, the Owner elects to construct the Improvements
without contracting with another party as prime contractor, in
which case the provisions of this contract which refer to "Owner"
or "Contractor" shall mean the Owner as named above; or
whereas, the Owner elects to make such Improvements hereafter
set forth by contracting with
Dal -Mac Construction Co.
, whose business address is
P. 0. Box 830160, Richardson, Tx 75083 hereafter
referred to as "Contractor"; and
Whereas, owner and Contractor recognize that the City has an
interest in ensuring that the Improvements subject to this
agreement, which will, upon completion and acceptance by the City,
become public property, are properly constructed in accordance with
the City's specifications and that payment is made therefor;
WITNESSETH
As to the Improvements to be dedicated to the public, as
specified in Exhibit A, attached hereto and incorporated by
reference, to be installed and constructed at
1515 south Loop 288, Denton, Texas 76201
the Owner, contractor and City, in consideration of their mutual
promises and covenants contained herein, agree as follows:
1. Covenants of contract o Contractor agrees as follows:
(a) Snecificati=- To construct and install the
Improvements in accordance with the procedures, specifications and
standards contained in Division II and III of.the Citv's Standard
specifications for Public works Construction North centr Texas,
as amended, and all addendums therato, and all other regulations,
ordinances or specifications applicable to such ImproVements, such
PACE 2
specifications, standards, regulations and ordinances being
expressly incorporated herein by reference and being made a part of
the agreement as though written herein.
(b) Authority of City Engineer• Inspections Tests and
Orders. That all work on the Improvements shall be performed in a
good and workmanlike manner and to the satisfaction of the City
Engineer or his representative. The City Engineer shall decide all
questions which arise as to the quality and acceptability of
materials furnished, work performed, and the interpretation of
specifications.
The Contractor shall furnish the City Engineer or his
representative with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the
specifications applicable thereto. Any work done or materials used
without suitable inspection by the City may be ordered removed and
replaced at Contractor's expense.
Upon failure of the Contractor to allow for inspection,
to test materials furnished, to satisfactorily repair, remove or
replace, if so directed, rejected, unauthorized or condemned work
or materials, or to follow any other request or order of the City
Engineer or his representative, the City Engineer shall notify the
Owner of such failure and may suspend inspections of such work
until such failure is remedied. If such failure is not remedied to
the satisfaction of the City Engineer, the City shall have no
obligation under this agreement to approve or accept the
Improvements.
PAGE 3
(c) Insurance. To provide for insurance in accordance with
the insurance requirements applicable to contractors as provided
for in Item 1.26 of Division'I of the Standard Specifications for
Public Works Construction, North Central Texas, as amended, the
provisions of which are expressly incorporated herein by reference;
provided, however, for purpose of this provision only, "Owner," as
used therein, shall mean the City of Denton.
(d) Means and Methods of Construction. That the means and
methods of construction shall be such as Contractor may choose;
subject, however, to the City's right to reject any Improvements
for which the means or method of construction does not, in the
judgment of the City Engineer, assure that the Improvements were
constructed in accordance with City specifications.
2. Mutual Covenants of Owner and Contractor. Owner and
Contractor mutually agree as follows:
(a) Performance Bonds: Escrow Agreement. That if building
permits are to be issued for the development prior to completion
and acceptance of all improvements that are to be dedicated to the
public, the following security requirements shall apply, unless the
development is a "one lot development," as defined by City's
Development Code:
(i) a performance bond in an amount not less than the
amount necessary to complete the Improvements, as
determined by the City Engineer, shall be submitted
guaranteeing the full and faithful completion of
the Improvements meeting the specifications of the
City, shall be in favor of the City, and shall be
executed by a surety company authorized to do
business in the State of Texas; or,
PAGE 4
(ii) if the cost of completing the Improvements, at the
time building permits are requested, is in an
amount of $50,000 or less, as determined by the
City Engineer, cash money in the amount necessary
to complete the Improvements, as determined by the
City Engineer, may be deposited with a bank as
escrow agent, pursuant to an escrow agreement
ensuring completion of the Improvements. Without
exception, the City's escrow agreement form shall
be used.
(b) Payment Bond; Assurance of Payment. That prior to
acceptance of the Improvements:
(i) a payment bond will be furnished in an amount not
less than one hundred percent (100%) of the
approximate total cost of the contract cost of the
Improvements, guaranteeing the full and proper
protection of all claimants supplying labor and
material for the construction of the Improvements,
shall be in favor of the City, and shall be
executed by an approved surety company authorized
to do business in the State of Texas; or,
if the total contract amount of all Improvements is
$50,000 or less, as determined by the City
Engineer, or the Improvements, regardless of the
contract amount, are for a "one lot development,"
as defined by Cityfs Development Code, and a
payment bond has not been submitted in accordance
with (i) above, Owner and Contractor agree and
guarantee that any and all debts due to any person,
firm or corporation having furnished labor,
material or both in the construction of the
Improvements shall be fully paid and satisfied
before acceptance of the Improvements by the City
and that prior to acceptance of the Improvements,
the Owner and Contractor shall furnish a written
affidavit, in a form provided by the City Engineer,
stating that all bids, charges, accounts or claims
for labor performed and material furnished in
connection with the construction of the
Improvements have been paid in full and that there
are no unreleased recorded liens filed against the
Improvements, or land to which they are affixed,
that are to be dedicated to the public.
That, upon the request of the City Engineer, Owner
or Contractor shall furnish a complete list of all
subcontractors who performed labor on, or supplied
PAGE 5
material for, the construction of the Improvements,
and, when requested, written statement from any or
each of such subcontractors or suppliers that they
have been paid in full.
(c) Retainage• Final Payments. (This provision (c) applies
only where the Owner and Contractor are not he same party.] That
as security for the faithful completion of the Improvements,
Contractor and Owner agree that the Owner shall retain ten percent
of the total dollar amount of the contract price until after final
approval or acceptance of the improvements by the City. The Owner
shall thereafter pay the Contractor the retainage, only after
Contractor has furnished to the Owner satisfactory evidence that
all indebtedness connected with the work and all sums of money due
for labor, materials, apparatus, fixtures or machinery furnished
for and used in the performance of the work have been paid or
otherwise satisfied.
(d) Encumbrances. That upon completion and approval or
acceptance of the Improvements of the City, the Improvements shall
become the property of the City free and clear of all liens,
claims, charges or encumbrances of any kind. If, after acceptance
of the Improvements, any claim, lien, charge or encumbrance is
made, or found to exist, against the Improvements, or land
dedicated to the City, to which they are affixed, the Owner and
Contractor shall upon notice by the City promptly cause such claim
lien, charge or encumbrance to be satisfied and released or
promptly post a bond with the City in the amount of such claim,
PAGE 6
lien, charge or encumbrance, in favor of the City, to ensure
payment of such claim, lien, charge or encumbrance.
(e) Maintenance Bond. That prior to approval or acceptance
of the Improvements by the City, to furnish a maintenance bond in
form and substance acceptable to the City, in the amount of ten
percent (10%) of the contract amount of the Improvements, insuring
the repair and replacement of all defects due to faulty material
and workmanship that appear within one year from the date of
acceptance. The bond shall be in favor of the City and shall be
executed by an approved surety company authorized to do business in
the State of Texas.
(f) Indemnification. To indemnify, defend and save
harmless, the City, its officers, agents and employees from all
suits, actions or claims of any character, name and description
brought for or on account of any injuries or damages received as
sustained by any person, persons or property on account of the
operations of the Contractor, his agents, employees or
subcontractors; or on account of any negligent act of fault of the
Contractor, his agents, employees or subcontractors in construction
of the improvements; and shall pay any judgment, with costs, which
may be obtained against the City growing out of such injury or
damage.
(g) Agreement Controllinv. That the provision of this
agreement shall control over any conflicting provision of any
contract between the Owner and Contractor as to the construction of
the Improvements.
PAGE 7
3. Occupancy; One Lot Developments. Owner further agrees as
follows:
(a) That Owner will not allow any purchasers, lessee, or
other person to occupy any building within the development until
all Improvements are completed and accepted by the City, and that
upon violation thereof will pay the City $3,000.00 as liquidated
damages, but such payment shall not be deemed approval of such
occupancy and the City may take whatever action necessary to
restrain such occupancy.
(b) That if this contract applies to a "one lot
development," as defined by City�s Development Code, and no
performance or payment bond was required or submitted for the
improvements that are to be dedicated to the public, the Owner
shall not be issued a Certificate of Occupancy for any building
constructed or located therein until all required public
improvements have been completed and accepted in accordance with
this contract.
4. Covenants of City. That, upon proper completion of the
Improvements in accordance with this agreement, the City agrees to
accept the Improvements.
5. Venue and Governing Law. The parties herein agree that this
contract shall be enforceable in Denton County, Texas, and if legal
action is necessary in connection therewith, exclusive venue shall
lie in Denton County, Texas. The terms and nrnv;c;^nc ^f *v,;�
contract shall be construed in accordance with the laws and court
decisions of the State of Texas.
PAGE 8
6. Successor and Assigns. -This contract shall be binding
Upon and inure to the benefit of the parties hereto, their
respective successors and assigns.
Executed in triplicate this day of October 1995
OWNER CONTRACTOR
WAL;.Tie4
STORES, i DAL -MAC CONSTRUCTION COMPANY
BY BY:G
&13"/ Bradford Mc Junkin, President
'S}aV\+ U.", pr e'A+ CIT)
BY:
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
B Y :
PAGE 9
EXHIBIT "A"
PROPOSED LOOP 288 IMPROVEMENTS TO SERVE
WAL-MART ADDITION 1515 SOUTH LOOP 288, DENTON, TEXAS
PROPOSED LOOP 288IMPROVEMENTS
A. Paving
Asphalt (including three driveway
replacements) 1-1/2" Type "C"
3,950 SY
$2.99 SY
7-1/2" Type "A"
7,160 SY
$14.85 SY
Concrete Approaches for Brinker Road
and Wal-Mart center drive
630 SY
$21.15 SY
6" Lime Stabilization
4,800 SY
$2.86 SY
Concrete Median
966 SY
$18.00 SY
B. Sidewalk (adjacent to Loop 288
Wal-Mart frontage) 650 LF x 4' wide
290 SY
$18.00 SY
C. Pavement Marking and Signs
Remove Pavement Markings
D. Culverts
21" RCP, Class III
18" RCP, Class III
24" RCP, Class III
18" Safety End Treatment
21" Safety End Treatment
Type "H" Horizontal Inlet
E. Signalization (per signalization plans package)
for Loop288 at Spencer Road intersection
F. Construction Traffic Control
G. Hydromulch Seeding (includes Wal-Mart side only,
all disturbed non -paved right-of-way)
H. Roadway Excavation
1. Sawcut and Remove Existing Paving
Total Improvements
1 LS $5,000.00 LS
90 LF
$26.00 LF
99 LF
$24.00 LF
23 LF
$28.00 LF
6 EA
$1,200.00 EA
2 EA
$1,200.00 EA
1 EA
$3,000.00 EA
I LS $68,000.00 LS
I LS $3,825.00 LS
$11,811
$106,326
$13,325
$13,728
$17,388
$5,220
$5,000
$2,340
$2,376
$644
$7,200
$2,400
$3,000
$68,000
$3,825
5,550 SY $0.36 SY $1,998
1,850 CY $3.40 CY $6,475
450 SY $4.50 SY $ ms
$273.081
AAA019DF
PERFORMANCE BOND
THE STATE OF TEXAS §
BOND NO. 15-84-86
PROJECT NO. Y-),1
CONTRACT N0. ` � b
COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS:
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700, Dallas, Texas 75201
---- rwla%-jell organizea unaer the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of Two hundred seventy three thousand
eighty one and no/100--------------------- ------------ 273,081.00
Dollars, lawful money of the United States, for the payment of which
sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally,
and firmly by these presents:
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated IN%- the day of October 1995 in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SF.RUR
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed and fulfilled all of the
undertakings, covenants, terms, conditions, and agreements of said
Contract in accordance with the Plans, Specifications, and Contract
Documents during the original term thereof, and any extension
thereof which may be granted, with or without notice to the surety,
PAGE ONE
and during the life of any guaranty required under the Contract, and
shall also well and truly cause to be performed and fulfilled all
the covenants, terms and conditions and agreements of any and all
authorized modifications of said Contract that may hereafter bemade,
notice of which modifications to the surety being hereby waived;
then this obligation. shall be void; otherwise to remain in full
force and effect.
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
AND, that said Surety, for value received, hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the q+k day of
October , 19 95
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:�� "-
Bradford Mc Dunkin, President
ATTEST:
iE�CRETARY
SURETY
THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
A ORNEY-IN-FACT %
Janice G. Correy
NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED. DATE OF BOND
MUST NOT BE PRIOR TO DATE OF CONTRACT.
PAGE TWO
AAA019DF
PAYMENT BOND
THE STATE OF TEXAS S
COUNTY OF DENTON S
BOND NO. 15-84-86
PROJECT NO.
CONTRACT NO.
THAT DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O. Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1999 Bryan Street, Suite 1700;'.Dallas, Texas 75201
a Corporation organized under the laws of the State of Pennsylvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas,
hereinafter called "City", and unto all persons, firms and
corporations who may furnish materials for or perform labor upon
the buildings, structures or improvements referred to in the
attached contract, in the penal sum of Two hundred seventy three
thousand eighty one and no/100---------------------------------------------
($273,081.00 ) Dollars, lawful money of the United States,
to be paid in Denton, Denton County, Texas, for the payment of
which sum well and truly to be made we bind ourselves, our heirs,
executors, administrators, and successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the Ash day of October 95
y 19 in the
proper performance of which the Cit of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part
hereof, for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WAL-MART ADDITION
1515 South Loop 288, Denton, TX
PAnr n"r
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully cause to be performed its duties and make or cause
Contractor to make prompt payment to all persons, firms, sub-
contractors, corporations and claimants supplying labor and
material in the prosecution of the work provided for in said
contract and any and all duly authorized modification of said
Contract that may hereafter be made, notice of which modification
of the surety is hereby expressly waived, then this obligation
shall be void: Otherwise to remain in full force and effect.
Provided further, that if any legal action be filed upon this bond,
venue shall lie in Denton County, Texas.
AND THAT said Surety for value received hereby 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, Drawings, etc., 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, this instrument is executed in triplicate,
each oneof
Of which
ich shall
19 a deemed. an original, this the Ath day
PRINCIPAL
DAL -MAC CONSTRUCTION COMPANY
BY:�r-�
Bradford Mc Junkin, President
ATTEST:
SECRETARY
:±�__'
SURETY
THE.INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
'ORNEY-IN-FACT
,Janice G. Correy
NOTE: DATE OF PAYMENT BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.
AAA019DF
BOND NO. 15-84-86
PROJECT NO. -,J
CONTRACT NO. .2?6
CONTRACTOR'S MAINTENANCE BOND
(DEVELOPMENT CONTRACT)
THE STATE OF TEXAS S
COUNTY OF DENTON S
KNOW ALL MEN BY THESE PRESENTS:
That DAL -MAC CONSTRUCTION COMPANY
111 West Spring Valley Road, P.O._Box 830160, Richardson, TX 75080-0160
of Dallas
County, Texas, hereinafter called Principal and
THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
1
Street, Suite 1700, Dallas, Texas 75201
a Corporation organized under the laws of the State of pennsvlvania
and authorized to do business in the State of Texas, hereinafter
called "Surety", are held and firmly bound unto the City of Denton,
Texas, a Municipal Corporation, in Denton County, Texas, hereinafter
called "City" in the penal sum of _ Two hundred seventy three thousand
eighty one and no/100 ----------------------------------
273 081.00
Dollars, lawful money of the United States, the said sum being ten
percent (10$) of the total amount of the hereinafter mentioned
contract, for the payment of which sum well and truly to be made we
bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally.
THE Condition of this Obligation is such that:
WHEREAS, the Principal entered into a certain contract with
Owner, dated the Ck�k_ day of October 19 95 , in the
proper performance of which the City of Denton, Texas, has an
interest, a copy of which is hereto attached and made a part hereof,
for the construction of:
PROPOSED PUBLIC IMPROVEMENTS TO SERVE
WA.L-MART ADDITION
1515 South Loop 288, Denton, TX
PAGE ONE
NOW, THEREFORE, if the Principal shall well, truly, and
faithfully maintain and keep in good repair the work contracted to
be done and performed for a period of one (1) year from the date of
acceptance in writing by the City of Denton and do all necessary
work and repair of any defective conditions growing out of or
arising from the improper work of the same, including, but not
limited to, any settling, breaking, cracking or other defective
condition of any of the work or part thereof arising from improper
excavation, backfilling, compacting or any other cause or condition,
known or unknown, at any time during the period of this bond, which
the city engineer, whose judgment shall be final and conclusive,
determines to be the result of defective work, materials or labor;
then this obligation shall be void, otherwise to remain in full
force and effect.
In case the said Principal shall fail to maintain, repair or
reconstruct any defective condition of the work as determined
herein, it is agreed that the City may do said work and supply such
materials as necessary and charge the sum against the said Principal
and Surety on this obligation.
It is further agreed that this obligation shall be continued
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.
PROVIDED, further, that if any legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in triplicate,
each one of which shall be deemed an original, this the qth day
of October , 19 95
PRINCIPAL SURETY
DAL -MAC CONSTRUCTION COMPANY THE INSURANCE COMPANY OF THE STATE
OF PENNSYLVANIA
BY:
Bradford Mc Junkin, President BY.
A� RNEY-IN-FACT
Jsnice G. Correy
PAGE TWO