Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1989-091
Z651L-3/3689 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construct on 7oT public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City Is Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9988 DBR Construction $497,386 00 9984 APAC-Texas, Inc $367,234 60 SECTION II That the acceptance and approval of the above compet t ve s shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notifi- cation of the award of the bid SECTION III That the City Manager is hereby authorized to execute--all--necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance competjtfv--e--b-1Us and the execution of works and improvements as authorized hereby authorizes the expenditure of the amount as specified in such apj contracts executed pursuant thereto SECTION V imme ate y upon PASSED AND noM ATTEST That this ordii its passage and ap APPROVED this the A.'// i_ 1 ,/._.�%Ai MIre, APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY PAGE 2 and approval of the above contracts for the public herein, the City Council unds in the manner and in ^owed bids and authorized shall become effective r day of CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 26 day of Tur.V A.D., 19gL, by and between THE CITY OF DENTON Of the County of DF.NTnN and State of Texas, acting through T.T.nVD V. HARRELL CITY MANAGER thereupto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and APAC-TEXAS. INC.. FORT WORTH DIVISION, P.O. BOX 1807 . FORT WORTH. TEXAS 76101 Of the City Of FORT WORTH , County of TARRANT and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: RTn& QQAA - ACME STREP..T AND AIIIIRA T.ANE DAVTNG/DRAIN GE AND and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore,as prepared by THE CITY OF DENTON ENGINEERING aii or wnicn are made a part hereof and collectively evidence and constitute the entire contract. CA- 1 The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work witnin the tim4 stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which torms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year ana day first above written. ATT ,$T to E. L. SLIMP, DIIVISON C NTROLLER APPROV D AS TO -FORM: City Attor I y &WAK01 wool D1 z W itop M W VON ��ffl-% 1,LOYD V_ HARRELL. CITY MANAGER (SEAL) APAC-TEXAS, IN_C. FORT WORTH DIVISION Party of the Second Part, CQd,TRACTOR By Title � E. E. ALFORD, DIVISION PRESIDENT (SEAL) CA - 2 PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That APAC-TEAS, INC. FORT WORTH DIVISION of the City of FORT WORTH County of TARRANT , and State of TEXAS ,as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto gB�FTHprC E �DITY o . D NTON. T .xA , in the penal sum Of FBUREAND--b"YofiIXTY SEVEN THOUSAND TWO HUNDRED THIRTY Dollars ($ 367,234.60 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the City of Denton, dated the 26 day of JULY , 19_&L_, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenantal, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full.force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PS-1 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 2ND day of AUGUST 19 89 k APAC-TEXAS. INC. FORT WORTH DIVISION PRINCIPAL J By � �� j��i�� E. E. ALFORD / Title DIVISION PRESIDENT Address: P. 0. BOX 1807 FORT WORTH, TEXAS 76101 SEABOARD SURETY COMPANY SURETY BY Title ATTORNEY -IN -FACT Address: P. 0. BOX 2950 FORT WORTH, TEXAS 76113 The name and address of the Resident Agent of Surety is: ALEXANDER & ALEXANDER OF TEXAS, INC. P. O.BOX 2950 FORT WORTH, TEXAS 76113 PB - 2 For verification of the authenticity of this Power of Attorney you may call, collect, 201-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above named individual(s) and details of the bond to which the power is attached In New York, Dial 212-627-5444. PAYMENT BOND STATE OF TEXAS S COUNTY OF DENTON 5 KNOW ALL MEN BY THESE PRESENTS: That APAC-TEXAS, INC. FORT WORTH DIVISION Of the City Of FORT WORTH County Of TARRANT , and the State of TEXAS as Principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as Surety on bonds for principals, are held and firmly bound unto The City DDoff DDenton, Texas, in the penal Sum Of THREE HUNDRED SIXTY SEVEN THIRTY M11R ATWO NnNR" o0 Dollars ( 367,234.60) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the City of Denton, dated the 26 day of T11T.Y 19,89 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, TEE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed. pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PH - 3 Surety, for value received, stipulates and agrees that no change, extension -of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings acc)mpanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 2ND day of AUGUST ly 89 ' a A UAC—TFXAG_ TNC_ FORT WORTH DIVISION PRRIINCIPAL By. E. E. ALFORD i..__ Title DIVISION PRESIDENT Address: P. 0. BOX 1807 FORT WORTH, TEXAS 76101 SEABOARD SURETY COMPANY SURETY By c. Title ATTORNEY —IN —FACT Address: P. 0. BOX 2950 FORT WORTH, TEXAS_76113 The name and address of the Resident Agent of Surety is: . ALEXANDER & ALEXANDER OF TEXAS, INC. P. 0. BOX 2950, FORT WORTH, TEXAS 76113 PB — 4 Certified copy SEABOARD SURM COMPANY -111 0132 No. 10432 ADMINISTRATIVE OFFICES, BEDMINSTER, NEW JERSEY POWER OF ATTORNEY KNOW ALL MEN SY THESE PRESENTS: That SEABOARD -SURETY -COMPANY, a corporation of the State of Newyork has made, constituted and appointed and by these presents does make, constitute and appoint - Linda_ F =Hughes or Gary B. McElroy or Larry Pau-ser-- Traay i Boisvert or Bonnie=S Wyatt or Kelly 3 gooks- of- dW Fort Wartht texas _ its true and iawful Attorney tg_Fact tomakezexecuteanddeliver onifs behaifihsurance poikies, surety bored undeR�ctrtgs ate= other instruments of -similar nature as follows y , mL tailong_- _- WW. MOW �= - -MW- `- - , Such Insurance pollcies surety#Bonds underta nos and lhsiruments4brsatdpurposes_ - an duly exeauteifbyZtteaforesatd Attorney -in -Fact; stialt tl�btrtding3lporLthesatd Comparty as-fuify arl4to fie saint xtentag €signed bytfie duly authorized" officers of the CompafryAndsealedwitB=it-co rporate seaFaodaikthe aatsof satdAttomey n actrpursuant to thsau_thori + here even, are hereby fa tihedffitdcoltfurlf hereby - _ This appointmentlsarfodepursuant trtAtte#ollowfnTyBy aws wtlTeh wera uTy�dopte jrtDe$oard�fQiiectors�t.the said Company on Decem-berSur 92r�ntti e ittendme#ftstaand- netudinV.larivary TSt1982 ands stilFtfrTulffora>rond effect - -� -=ARTICLEVOSECTIONT� The seatottheCoMpenyshag if1111ppropnatelxtatt eR3nerete=e76-end=eufxtmmca�l+nwneYa --efxasen_ �_ IN WITNESVWHEREQF _SEABOARi13tIREi OtvIPANi r_as caused f � _ �e la &tg Y2ttezyf"-)t ce Presidents =and itscorpomteAeaLtab-hereuntaaftntect=in"uTy�tiestedT)yDri"_Tits�s_t-seetetaeies= _ day - d"EA8OARt1 SURETY-BO tBPAt tY� 1927 STATE OF NEW JERSEY �- = �- - N — v� COUNTY OFSOMER_SEi On this- 15th -day of tQitBlAf? _ — 19 8 beforeme perssonally appeared Miahae_1_13 Began <- _ a�7l residentofSEA80ARD tiRET]`COMPANY, with whom-1 am personally acquainted who being by -me duty sworn -said That heresid_es Irtthe State of told= TSrse- . that he is a Vice -President of SEABOARD SURETY COMPANYahecorporation described in andwhiclt execiitedthg foregoing instrument; that he knowsthe-corporatesealofthesaidC_omparft that -seal aff�xedtasaldinstnimentissuchcorporataseat; that itwas soaff_ixedbyorderotthe 8oardofDirectors of_SaidCompany andthatheSigned his namigUoretpasVfca President pi t� yt any by like authority. == TFELICE M CATALANQ qyo NOTARY -PUBLIC -Of ,NEW JERSEY` - fB RY_ _ =My Commission FxR Juoe 4 1991` - > _ _ --Notary Public -PUBUC Qy = CE-=RTtFtCATE- _ 9rF F �Lder-signed Assistant Secretary of SEABOARD SURETYCOMPANYdo herebyty I atthe original Pcwefof Ai6meyof which the foregoing is -= a ntl correct copy. is In full forceand effect on thedateof this Certificateand l do furthercemty thatiheVice-Presidentwho executed the said Power of - -- Attorney was one of the Officers authorized by the Board of Directors to apprgmtan attomey-in-fact as provided -in Article_ Vft. Seotioni, of the By -Laws of = SEABOARD SURETY COMPANY--- -__ -_ -- - -- This Certificate maybe signed and sealed by facsimile underand by authority of the following resolution of the Executive C_ommdteeof the Board of Directors of SEABOARD SURETY COMPANY ata meeting duly called and held on the 25th day=of March 1970 - - - -= - - - __ "RESOLVED: (2) That the use of a printed facsimile of the corporate seal -of the Company and of the signature ofanAssistant Secretary on any =-_certification of the correctness of a copy of an instrument executed bythe President ora Vice -President pursuantto Article VII,Section 1, of the By -Laws appointing and authorizing an attorneytin-fact to sign in the name and on behalf of the Company surety bonds,vndewriting undertakings or other instruments described in said Article VII, Section 1, with like effect as if such seal and such _signature had been manually affixed and made, hereby is authorized and approved." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Company to these presents this suRf7r -_2ND - _. day of .......--_ ---•- -AUGUST ...-.._:.,19. 89 ............ .........-...._...... ...._.-. .......-........... istant Secrolury for xcw� - Form MY W" 7m) ... ^r ;he nithenucity of this Power of Attorney you may call, collect 201-658-3500 and ask for the Power of Attorney clerk Please retr, I,- w, I`rn MAINTENANCE BOND THE STATE OF TEXAS S KNOW ALL MEN iY THESE PRESENTS: COUNTY OF DENTON S That APAC-TEXAS, INC., FORT WORTH DIVISION as Principal, and SEABOARD SURETY COMPANY a corporation authorized to do business in the state of Texas, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of bhe State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of THIRTY SIX THOUSAND SEVEN HUNDRED ($ 36 72unt ), the said sum being ten (10%) percent of the tota amoof the hereinafter mentioned contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, Jointly and severally. This obligation is conditioned, however, that: WHEREAS, the principal has entered into a written contract with the said City of Denton to build and construct BID# 9984, ACME STREET, AUDRA LANE AND DAVIS STREET PAVING & DRAINAGE, P.O.# 91685, $367,234.60 which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incor- porated herein by reference and made a part hereof as though the same were written and set out in full herein; NOW, THEREFORE, if the Principal shall well, truly, an 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 MS - 1 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 coring the period of this bond, which the city engineer, whose judgment shall oe 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 or reconstruct any defective determined herein, it is agreed and supply such materials as shall fail to maintain, repair condition of the work as that the City may do said work 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 legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this instrument is executed in duplicate, each one of which shall be deemed an original-, this the 2ND day of AUGUST , A.D., 15 89 SURETY SEABOARD SURETY COMPANY BY : - Lj- e v ATTORNEY -IN -FACT PRINCIPAL APAC-TF.XAq- TNC_ FORT WORTH DIVISION BY • •Tit a E. E. ALFOgV_ DIVISION PRESIDENT MB - 2 Certified Copy SEABOARD S COMPANY � L � COMPANY No. 10432 ADMINISTRATIVE OFFICES, BEDMINSTER, NEW JERSEY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SEABOARD-SURETYCOMPANY, a corporation of the State of New York, has .made, constituted and appointed and by these presents does make, -constitute and appomt,Linda_ F _Hughes or _ Gary_ B. McElrog or Larry Paulsenor=Tracy=Boisver_ ar Bonnie F1Yatt or Kelly J.-gooks- officers of the Company -and sealed with its=cprporateseal�andall the ac hereby given, areherebyratffied-.a -dtbrifirmed _ ^_ This appoiniment lsmade pursnanYto3heToliowmg_BynTaws wtiictt wen Company on December Bth 3927rwfth Amenditteniato=8nd fnc__tuamial ARTICLE VII, SECTION-1- --� -= "Pollefea, borfdr feco9rizances,tNpu m RMauntY.= n?-u Insurance policies. bonds,recognizanomstipulations:coasanl5afeuraly'sddunderwrdir79 writings relating in anyway thereto orto any de'lrrr oFlosstier®ndestaeiisgnedin tl (a}bythe ChainnanoftheBoard.the Presidan-aY •PresidenoFBResident Vu The seat of the company shall if IN ' Pre., day i = --•,- AssistantSecretary- �_ =-� - lce•rresmam - STATE OF NEW JERSEY =�- COUNTY OF SOMERSET" —� On this 15th -day of IIQXB;t _ 19 8 befo"e_personally appeared _- MichaeL.B-.-Keegan -- _-- a Vice FresfdentafSEABOARD JRETY_COMPANY with whom I am personally acquainted, who;-6emg-bg rite duly -sworn said that he resides (n the-Statebt]-Nekf leZsay. • ; that he is a Vice-Presidentof SEABOARD SURETY COMPANY; _the eorporatiorf described in and whichexecuted the foregoing instrument; that he knows the corporate seal of the said Company_ thafthe seat affixed -to saldinstrument fsSuct? corporateseal; that it was so affixed by order of the Board of Directors of said Company and that hes_ignedhii"am retoasYice-Presidentof F` any by like authority _ FELICE M. CATALANO =_ NOTARY PUBLIC OF .NEW JERSEY ig t�Y _ =My Commission Exp June A�1991 - - �fl--Notary Public �PU(3LIC Qy GERTiFI_CATE_ -__ ald correct copy, is in full force and effect on thedateof trust:effiticateano i oo rannercertiry, inane,e narr,mlurut-,,o —ean. li o.........",.,, Attorney was one of the Officers authorized by the Board of Directors to appoint an attormey-ie-fact as pro_ vided N Article V11.-Section 1, of the By -Laws of SEABOARD SURETY COMPANY -- This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Executive Committee of the Board of _ Directors of SEABOARD SURETY COMPANY at a meeting duty called and held on the 25th day of March 1976._- - _ : "RESOLVED: (2) That the use of a printed facsimile ofthecorporate seal of the Company and of the signature of an Assistant Secretary on any _ °-certification of thecorreciness of a copy of an instrument executed by the President ore Vice -President pursusntto Article VIi, Section f,of the By -lawn _ appointing and authorizing an attorney -in -fact to sign in the name and on behalf of the Company surely bonds, underwriting undertakings or othef .Instruments described in said Article VII, Section 1, with like effect asitsuch seal and such signature had been manually affixed and made, hereby is authorized and approved." -IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Company to these presents thin o suRErr� 2ND -. day of ._....-------� -AUGUST ......_....... = , 19. 89 .........__.... ..._... _. - - -- a 1927 i L.lanQ.�.... _..................... s < " tent Secretary Farm 057 (nay 7/9A1 For verdicauon of [he authenticity of this Pnive, N Attorney ye_ may, c21i, c011l�ri '+- °rr3• JO Ana .,,;r la, me P.:.� _. Alte^•ev clerk Please nMo, i„ ni„ P,^ ,- CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000. III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: A combined single limit of $500,000. IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton,k for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000. INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non -renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self -insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the owner. CI - 2 Ze dita' of lift• • • • • • • • • a • • • • y• y • • • • 8161;F11 4 14 f ki elgI1114• • • • • • • r NAME NAME AND ADDRESS OF AGENCY COMPANY COMPANIES AFFORDING COVERAGES United Service Agency, Inc. 1 LETTER A Insurance Company of North America s Office Box 11765 1� Lexington, Kentucky 40577 B CIGNA Insurance Company of Texas QP�G C CIGNA Insurance Company of Illinois NAME AND ADDRESS OF INSURED APAC—TEXAS, INC. �� D Atlantic Employers Insurance Company E FORT WORTH DIVISION P. 0. BOX 1807 FORT WORTH, TEXAS 76101 F G This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. CUMPANYI POLICY ILimits of Liability inThousanas 10001 EACH POLICY UTTER TYPE OF INSURANCE POLICY NUMBER I EXPIRATION DATE I OCCURRENCE AGGREGAT,- GENERAL LIABILITY PERSONAL INJURY ; INCLUDING $ $ A ® COMPREHENSIVE FORM LAB 26605 12-1-89 (BODILY INJURY) PREMISES —OPERATIONS PROPERTY DAMAGE $ I $ EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD 1V1 PRODUC TSi COMPLETED VJ OPERATIONS HAZARD PERSONAL INJURY, CONTRACTUALINSURANCE BODILY;NJURY AND $ 1,000 $ 1,000 ® BROAD FORM PROPERTY PROPERTY DAMAGE DAMAGE COMBINED ® INDEPENDENT CONTRACTORS PERSONALINJURV — AUTOMOBILE LIABILITY INJU0.RYI Y (EACBODIH IN ER5 $ /{ COMPREHENSIVE EH ENSIVE FORM LAB 26605 12-1 -89 a0DILY INJURY IEACH OCCURRENCE) $I F®r�� OWNED PROPERTY DAMAGE $ IE�l ��VppJJ�� HIRED BODILY INJURY AND PROPERTY DAMAGE $ 1,000 L�J NON OWNED COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM A WORKERS'COMPENSATION RSCC32187468 B RSCC3218747A STATUTORY and C EMPLOYERS'LIABILITY RSCC32187444 I 12-1-59 D RSCC32187456 s 1,000 E-CH a-::'i'•' DESCRIPTION OF OPERATIONS/ LOCATIONS! VEHICLES BID119984, ACME STREET, AUDRA LANE AND DAVIS STREET PAVING AND DRAINAGE, P. 0. #91685 CITY OF DENTON, TEXAS AND THE CITY OF DENTON TO BE NAMED AS ADDITIONAL INSURED _ _ Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company {%111 endeavor to mall 30 days written notice to the below named certificate holder, but failure to mall such nouct, shall impose no obligation or liability of any kind upon the company. NAMEANDAORESS O FCERTIFICATEHOLDER AUGUST 2, 1989 CITY OF DENTON DATE ISSUED - — _ P0RCIIASLNG AGENT 901—B TEXAS STREET � C� DENTON', TEXAS 76201 AUTHc ,D gEPRESEiu nlTa: P!e:_;ii� obi Certificate of Insurance THIS CERTIFICATE IS D AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOTAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. NAME AND ADDRESS OF AGENCY COMPANY COMPANIES AFFORDING COVERAGES United Service Agency, Inc. LETTER Post Office Box 11765 A Insurance Company of North America Lexington, Kentucky 40577 B CIGNA Insurance Company of Texas C CIGNA Insurance Company of Illinois NAME AND ADDRESS OF INSURED APAC—TEXAS, INC. D Atlantic Employers Insurance Company FORT WORTH DIVISION E P. 0. BOX 1807 FORT WORTH, TEXAS 76101 F G This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANY POLICY Limits of Lab Ifty in Thousands(000) EACH OCCURRENCE POLICY AGGREGATE LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE GENERAL LIABILITY PERSONAL INJURY INCLUDING $ $ A ® COMPREHENSIVE FORM LAB 26605 12-1 _89 ( BODILY INJURY) ® PREMISES —OPERATIONS PROPERTY DAMAGE $ $ EXPLOSION AND COLLAPSE ® HAZARD ® UNDERGROUND HAZARD ® PRODUCTS/COMPLETED OPERATIONS HAZARD PERSONAL INJURY, ® CONTRACTUALINSURANCE BODILY INJURY AND $ 1,000 $ 1,000 ® BROAD FORM PROPERTY PROPERTYDEDAGE DAMAGE ® INDEPENDENT CONTRACTORS ® PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) $ A ® COMPREHENSIVE FORM LAB 26605 12-1-89 BODILY INJURY (EACH OCCURRENCE) $ ® OWNED PROPERTY DAMAGE $ ® HIRED BODILY INJURY AND PROPERTY DAMAGE ® NON -OWNED COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM A B WORKERS'COMPENSATION RSCC32187468 RSCC3218747A STATUTORY C and EMPLOYERS' LIABILITY RSCC32187444 12-1-89 D RSCC32187456 $ 1,000 (EACH ACCIDENT) DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES BID#9984, ACME STREET, AUDRA LANE AND DAVIS STREET PAVING AND DRAINAGE, P. 0. #91685 CITY OF DENTON, TEXAS Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: AUGUST 2, 1989 CITY OF DENTON DATE ISSUED: PURCHASING AGENT 4. 40� _ / 901—B TEXAS STREET =?O LXJ DENTON, TEXAS 76201 AUTHORIZED REPRESENTATIVE 99343 (10/88) CERTIFICATE OF INSINMNCE CITY OF MUM Name and Address of Ago co City of Data Referenmt Project Want Project Not Phone Project Locations NenaBlnG Ompts Name and Address of Insuredt Companies Afforditq Covers"t A 8 Phan C This Is to asrtlfy tArt policies of lasuranos listed below hew boas Issued and are In fares st fhls time. Company Letter T Insurance Poll Expiration Limits of Liability Deft (000) Comprehensive Cstnrel LIability Occur t rrence - Claims Nods (mar n-ravarsw Bodily Injury - P�romsaamFarm po�atations Property Dump t - Irudepsttdest Ca►treotors Personal Injury Operations - Contraefus► Liability (son III -reverse) - Woolen and Collapse Hazard Damage Injury Csombinnedd t - Limiter Liabilityt� CovaraBs - Firs Legal Liability (ses a-+evenq - Broad Form Propsrfy Deamp - Professiatal Errors/OmiatIons - ooeurrerAs - claim made (moms 02-reverse) Caaprehetelvs Aulnmoblle Liabi I ity - Anrd/Lensd Ai tamobl les bi lM Bodily Injury/Parsat Bodt ly Injury/Aeatdmrt f s hPer otY Dump t D�wpi lnCombinedur�{y i - Hired Autamabl ie mb Vwkws' Esploysrs' L ablllty and S tstufcry Amount other Insuranom 0e4eriptlas of geretiass/LeeNtaa/MMticles. The City of Denton Is an additional insured as its intevost may appoor as dofInod on the reverse aIdo. Now and address of Cartificafs !older. CITY OF OMM, TEXAS PURCHASING AMT 901$ TEXAS ST. OUTON, TEXAS 76201 SEE BALANCE OF CONDITIONS ON PAGE CI-4 ATTACHEO. 00451 CI - 3 CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. CONTRACTURAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liabilityrequirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 2. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 3. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City -owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. CI - 4 JURCHASING DEPARTMENT City of Denton 901-13 Texas St. Denton, Texas 76201 BID INVITATION CITY Of OENTON, TEXAS Date BID NUMBER MAY 9, 1989 9984 BID TITLE ACME STREET AND ADDRA LANE PAVING/DRAINAGE AND DAVIS STREET PAVING Sealed bid proposals will be received until 2:00 p.m. JUNE 8, 1989 , at the office of the Purchasing Agent, 901-B Texas St., Denton, Texas 76201 For additional Information contact t,, JOHN J. MARSHALL, C.P.M. Tom D. SHAW, C.P.M. PURCHASING AGENT ASSIST. PURCHASING AGENT Office 817-566-8311 INSTRUCTIONS TO BIDDERS DIFW Metro 817-267-0042 1. Sealed bid proposals must be received In duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901-13 Texas St., Denton, TX 76201. 3. Any submitted article deviating from the specifications must be Identified and have full descriptive data accompanying same, or It will not be considered. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items In a bid unless this right is denied by the bidder. 6. In case of default after bid acceptance, the City of Denton, Texas may at Its option hold the accepted bidder or contractor liable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all Informalities and require that submitted bids remain In force for a sixty (f10) day period after opening or until award Is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9. The items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or Its representatives prior to award shall be Bounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City of Denton Is exempt from all sales and excise taxes. (Article 20.04-B) BID #"dA PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF ACME STREET AND AUDRA LANE PAVING AND DRAINAGE AND 41 DAVIS STREET PAVING IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as- may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 1 Bid# 9984 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans .And specifications, for the following sum or prices, to wit: P - 2 Acme Street Paving and Drainage BID TABULATION SHEET WORK DAYS 20 BID NO. 9984 PO NO. _ ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractors Warranties I I I c:, - 1.21 I and Understandings I I LS 1 $ 000 �/LS I $ il110 2.11.5 I Inlet Frame and Cover I 5 I EA I $ /EA I $ u0b, 21 k7) 2.12.3-A 1 18' RCP Storm Sewer I 62 I LF I $ /LF I $ 2.12.3-B 1 1 27' RCP Storm Sewer i I 1 145 1 LF I I $ OJ '� d /LF I 13 k, o� i I 1 c0 Vy I 1. 2.12.3-C i 30' RCP Storm Sewer I 70 I LF I $ /LF I $ �3�0 I I I I qec ZI I a 6� Z10 2.12.860 Ductile Iron 10 LF I $ /LF I $ I Remove Concrete I I I =�_ I ba 3-A I (Pavement) I 7 I SY I $ 21 /SY I$ 1�,1 i Remove Concrete I I I 60 I co 3-B I (Curb and Gutter) 1 110 I LF I $ ` ^ /LF I $ I Remove Concrete I I I 10 I o 3-C I (Drives and Sidewalk) 1 12 1 SY I S CI -' /SY I Preparation of I I I 4* I QQ .� 3.1 I Right-of-Wav I I Ls 1 $ �Ir,o /LS I S ` LO I I I 1 90 1 ciQlo6_ 3.3 I Unclassified Excavation 1 710 I CY I $ /CY I $ u I 1 I 1 �6 1 3.7 I Compacted Fill I 32 I CY I$ /CY I$ 10 7.1f1.7 1 1 h I Ann I CV I /CV I C I riex Case naceriai I I I o, �y I 5� 4.5 1 for Driveways I 50 I SY I $ /SY I $ 100 I Type A Hydrated I I I c_ k"' I r_ 1�00 4.6-A I Lime (Slurry) I 25 I TON I $ /TON I $ 1 6' Lime Treatment I I I 62_ i 6_ 4.6-B I of Subgrade 12,050 I SY I $ /SY 1 4 1/2' Asphalt Pavement I I I 30 13 I o� 5.7-A I (Type A) I 1,710 I SY I $ /SY I $ 11 1/2' Asphalt Pavement I I 1 60 I O 5.7-C I (Type D) 1 1,710 1 SY 1 $ /SY I $ tl�d 12' Asphalt Patch o^ 5.7-B I (Type D Patch) I 5 i TON 1$ /TON I$ �56 I Concrete Pavement 6' I I 1 be _ ^� I .• 5.8-A.1 I (Flatwork) I 15 I BY 1 $ /SY I $ 310 (��DbO/EA I 6% 76Ua 7.6-A.3 14' Curb Inlet I 4 I EA I $ I $ 16' Special I I I ^O I o _- 7.6-A.6 I Type IV Inlet I 1 I EA I $ ;EA I $ I Barricadea, Warning ;00' _ � 8.1 1 Signs and Detours 1 I LS 1 $ /LS I $ JOt7 P - 3 Bid# 9984 Acme Street Paving and Drainage (Continued) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I 1 1 4 "o I u 8.2-A I Concrete Curb and Gutter 1 580 1 LF I S h /LF I � lYO I I I p> I o" 8.3-B ( 6• Concrete Driveway I 235 I SY I $ /SY I $ I I I 1 I 8.15-A I Concrete Rip -Rap I 10 I BY I $ �� /SY I $ t6y qq,,o I * ga SP-4 I I Waterline Lowering I I 1 I i EA I I $ o„ �l 00 /EA I I $ u ,hOb 1 o I o o SP-10 I Rock Excavation I 50 I CY I $ /CY I $ SP-15.A 1 I Adjust Water Valve I I 1 I I EA I I $ 00 /EA I $ �rV SP-15.B I Adjust Manhole 1 1 1 EA I $ /EA I $ �.>O u L� /T.F I c S_P-31.A I Break into Existing I 3 I EA I $ '7�'�o/EA I $ SP-37 I I I Excavation Protection I I I LS I I $ �� OD /LS I I $ 00^� SP-39 I I I Project Signs I 2 I I EA I I $ ,^ 1)00 /EA I I $ a� 60 SP-40.A I Rebuild Existing Inlet 1 2 I EA I $ e�` `q6p /EA I 1 $ �� �I°OC SP-42 I Remove Culverts and I Associated Headwalls I 1 I EA I$ ti5 0 /EA I$ Z"JQ SP-45 I i I Remove Existing 180 RCP I 120 I ( LF I I $ yo /LF I I $ oo QO I I i I I I I I I I I I I I i I I I I I I I I I I P - 4 Audra Lane Paving and Drainage BID TABULATION SHEET WORK DAYS 30 BID NO. 9984 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractors warranties 1.21 I and Understandings I I LS I $ °b /LS 1 $ 3DO a^ 2.11.5 1 Inlet Frame and Cover i 9 I EA I $ �� t /EA I $ 2.12.3-A 1 18" RCP Storm Sewer i 243 I LF I $ titi /LF I $ 2.12.3-B ( 27" RCP Storm Sewer I 344 I LF I $ /LF 1 $ Ib alb — 130" RCP Storm Sewer I I I ao i .P 2.12.3-D I (Type IV) I 344 I LF I $ � e�l %LF 1 $ 136" RCP Storm Sewer 2.12.3-E I (Type IV) 1 335 I LF I $ 11y /LF I $ 1l 1 lb I Remove Concrete I I 1 01 I 00 3-A I (Pavement) I 22 I SY I $ U� /SY I $ t17 tal I Remove Concrete I I I uD I v� 3-B I (Curb and Gutter) I 502 I LF I $ /LF I $ L I Remove Concrete —/SY 3-C I (Drives and Sidewalk) 1 187 I BY I $ "/ I $ I Preparation of I I 3.1 1 Right -of -Way i I LS I $ 1i`vG 7-Ls I $ 11ob 3.3 1 Unclassified Excavation 11,705 I CY 1 $ /CY I $ 3.7 1 1 Compacted Fill I I I 755 I CY 1 I $ yb %CY I I $ 60 3.10.7 1 Hydromulch 1 1,902 I SY I $ 1 /SY I $ �lQ I Flex Base Material I I I o°_ I o� 4.5 1 for Driveway I 10 I BY I $ �� /SY I $ \3O ✓ I Type A Hydrated I I I 6° I o� 4.6-A I Lime (Slurry) I 64 I TON I $ I0 /TON 1 $ C3160 1 6" Lime Treated _ 115 4.6-B I Subgrade 1 5,294 I SY I $ /SY I $ 1 4 1/2" Asphalt Pavement 1 I I ) 70 I go 5.7-A I (Type A) 1 4,656 I BY I $ 119 /SY I $ 11 1/2" Asphalt Pavement 1 I I on I o° 5.7-C I (Type D) i 4,656 I BY I $ ... /BY I $ 12" Asphalt Patch I I 1 c) VS I A. 5.7-B I (Type D Patch) I 30 I TON I $ 10 /TON I $ ti1bD 18" Asphalt I I I ,� I o0 5.7-D I (Valley Gutter) 1 86 I SY I $ /SY I $ VI-6 I Concrete Pavement 6" I I I 01 I o: 5.8-A.1 I (Flatwork) 1 45 I SY I $ /SY I $ ��tb 14" Colored & Textured I I I 5.8-A.2 I Concrete (Flatwork) I 215 I BY I $ L /By I $ I I I I a' «�J ��db 7.6.A-1 I 5' x 5' Junction Box I 5 I EA I $ /EA I $ P - 5 Bid# 9984 Audra Lane Paving and Drainage (Continued) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNLIT PRICE TOTAL 7.6.A-2 1 5' x 5' Junction Box I 1 I EA I $ \��D /EA I $ I I I I ec I ac 7.6-A-4 1 6' Curb Inlet I 8 I EA_ _1 $ 1w /EA I $ I I I I c I e° 7.6.A-5 1 8' Curb Inlet I 1 I EA I ffi ivD %RA I S 000 1 6' Special I I I I ti od 7.6.A-6 I Type IV Inlet 1 1 I RA I S /RA 112DO I Barricades, warning I I 1 ou I ,° 8.1 1 Signs and Detours I I LS I S �000 /LS I t Wo0 � 8.2-A I I I Concrete Curb and cutter 1 1,950 I 1 LF I 1 $ e� /LF I 1 $ 111a�' bo 8.3-B 1 6' Concrete Driveway 1 201 1 SY 1 $ /SY 1 I I I 1 6_ 1 Q �_ 8.15-A I Concrete Rip -Rap I 45 I BY 1 $ /BY 1 $ 8.15-B I I I Concrete Flume 1 1 I 1 EA I 1 $ 7; 1ba0 /EA 16b 1 $ \1b0 .-- I 1 I I 2 do I ea SP-2 I Concrete Sawcut I 110 1 LF I S J—/LF I S c SP-4 I Waterline Lowering I 7 1 EA I $ \1-p0. /EA I $ 1(00 I I I 1 10 SP-10 I Rock Excavation 1 50 1 CY I Q I] /CY I S 10 S SP-15.AI Adjust Water Valve I 2 1 EA I $ iA0 /EA 13 H Ob° I 1 I I bb I ab SP-21 i French Drain 1 500 1 LF I $ �7'' /LF I $ I I 1 I I 2wob SP-27 I Service Line Adjustment I 10 I EA I $ -� °0= /EA I $ I I I I ,,11 SP-31.B I Break Into Existing CMP 1 1 1 EA I $ �l(1D /EA I $ �a CR-"i'i I Ramnva Rviai•inn Tnla* I 1 I cn I C Goo ill I C Loo SP-37 I I I Excavation Protection I I I LS I 1 $ oo �ODd /LS I I $ b SP-39 I I I Project Signs I 2 I I EA I I $ e� 00 /EA I I $ ao (A00 — SP-40.A I Rebuild Existing Inlet I 1 I EA I $ Oc LD60 /EA I $ �bo 'Ro SP-40.B I Rebuild Junction Box I 1 I EA 1 $ /EA I $ I Remove Culverts and D�./EA SP-42 I Associated Headwalls I 17 I EA I $ I $ P - 6 WORK DAYS Audra Lane Apartment Turn Lane BID TABULATION SHEET BID NO. 99SA PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractors Warranties I I I I ac 1.21 1 and Understandings ( I LS I $ 1'00_ /LS I $ I Remove Concrete I I I I 10 3-B I (Curb and Gutter) I 243 I LF I $ to , /LF I $ � Do I Preparation of 3.1 I Right -of -Way I I LS I $ �� b° /LS I $ 3.3 I Unclassified Excavation I 45 I CY I $ 1� /CY I $ 1l� i Type A Hydrated b �. 4.6-A I Lime (Slurry) I 3 I TON I $ /TON I to 1 6' Lime Treatment I I I I c� 5�L 4.6-B I of Subgrade 1 256 I SY_ I $ ti /SY 1 $ 1 4 1/2' Asphalt Pavement I I I f �o I I 0 1,, to 5.7-A I (Type A) 1 261 1 Sy I S b /Sv I t 1� — 11 1/2' Asphalt Pavement I I I 50 I o� 5.7-C I (Type D) 1 261 I SY 1 $ /SY I $ `g3 12' Asphalt Patch 5.7-B I (Type D Patch) I 7 I TON 9J /TON I $ �°3a I 4' Colored 6 Textured I I I -) VC 5.8-A.2 i Concrete (Flatwork) I 110 I SY I $ , /SY I $ a_t I Barricades, Warning I I I 1 1 8.2-A I Concrete Curb and Gutter I 145 I LF I $ /LF I $ SP-2 I Concrete Sawcut I 20 1 LF 13 /r.F I S (o`f P - 7 Davis Street Paving BID TABULATION SHEET WORK DAYS 15 BID NO. 9984 PO NO. I contractors Warranties I I 1 a- I o>- 1.21 1 and Understandings i I LS I $ ��� LS I $ I Remove Concrete I I I o� 3-A I (Pavement) I 7 I SY I$ 2�`! /SY I$ l �� I Remove Concrete f I I I 0 3-3 I (Curb and Gutter) I 54 I LF I $ -L�t — /LF I $ Oa I Remove Concrete I i I C �0 I o� 3-C I (Drives and Sidewalks) I 15 ( SY I $ J /SY I $ �Q I Preparation of 8Go 3.1 I Right -of -Way I I LS I $ /LS I $ 050 3.3 I 1 Unclassified Excavation I 1 490 I I CY 1 I $ bu 1 /CY I I $ 0� �?0 3.7 I 1 Compacted Fill I I 15 I CY I $ ^ /CY I $ 3 J 1 I I 1 I 3.10.7 I Hydromulch i 1,200 I SY I $ , /SY I $ L06 I Flex Base Material I i I oc I ce 4.5 I for Driveways I 5 I SY I$ �y /SY I$ U I Type A Hydrated I I 1 q 60 i s� 4.6-A I Lime (Slurry) I 28 I TON I $ /TON 1 $ LS�tg 4.6-B I V Lime Treated Subgrade i 2,350 I SY I $ 60 t /SY I I $ oa Z� 1 4 1/2• Asphalt Pavement I I I go I il o0 5.7-A I (Type A) I 2,005 1 SY I $ !! — /SY 1 $ 11 1/2• Asphalt Pavement 5.7-C I (Type D) 1 2,005 I SY I $ 7 /SY I $ (0015 I 2- Asphalt Patch I I I Q tr 5.7-B I (Type D Patch) 1 8 1 TON 1 $ /TON 13 -1-) 6 I b' Concrete Pavement I I 2r, 5.8-A.1 I (Flatwork) I 31 I SY I $ %SY 1 $ oaf 1 Barricades, Warning Db �bOR 8.1 I Signs and Detours I I LS I $ /LS I $ 8.2-A I Concrete Curb and Gutter 11,045 I LF 1 $ O /LF 1 $ LT10 I I I I no I q a 8.3-B 1 6' Concrete Driveway I 150 I SY I $ /SY I $ IOUo— 8.15-A I '� — �$ I Concrete Rip -Rap I 2 I SY I $ /SY I $ SP-2 I Concrete Sawcut I 7n I r.F 1 t /T.F I C SP-15.A I Adjust Water Valve 1 2 I EA I $ 1�60 _ /EA I $ 460 SP-21 I French Drain 1 150 I LF 1 $ /LF 1 $ I I I 1 e0 ?jb6 1 t SP-39 I Project Sign 1 2 I EA I $ /EA 1 $ hObe_. P - 8 WORK DAYS 20 BID NO. 9984 Acme, Davis and Audra Lane Sidewalk PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractors Warranties 1.21 I and Understandings I 1 LS __I__$ �o0 /LS I $ 7j00 I r. /LS I P t0" _ I Barricades, Warning I I I I 8.1 I Signs and Detours I I LS I $ 4 ie /LS I $ 4�O 8.3-A 14' Concrete Sidewalk 1 780 1 SY I S '-I bo /SY 14 5' I so SP-11I0-0_ Handicap Ramps 1 9 1 EA I A �/EA I S I I I I 6° I 6o SP-41 I Relocate Fire Hydrant I 1 I EA I $ `b b /EA I $ b0 4�- SP-39 I Proiect Signs I 3 I EA I $ 366 /EA I $ 0(J I I I I I I I I I I I I I I I * This item shall include minor cuts and fills. The I I I I I I I I I I I I needed is included on the street projects. I I I I I I I I BID SUMMARY* Project Acme Street Paving and Drainage Audra Lane Paving and Drainage Audra Lane Apartment Turn Lane Davis Street Paving and Drainage Acme, Davis and Audra Lane Sidewalks Bid# 9984 Work Days Total 20 $ 30 $ 1;1 5 $ 103S L 15 qq)� 20 $ iAO * One Contractor Shall Be Awarded the Entire Package. B - 1 Bid# 9984 BID SUMMARY TOTAL BID PRICE IN WORDS , � (2t ��ria (e3 ` 0�'Se�a ^} �j In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. APAC • Texas, Inc, FORT WORTH DIVISION CONTRACTOR BY �e e,_6,�2 E.E. Alfor Division President Street Address P. O. BOX 1807 PORT WORTH, TX. 76101 City and State Seal & Authorization (If a Corporation) 817 336-0521 Telephone B - 2 Certificate of Insurance Hle�E'RTI;FICATE IS ISSU ED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON TE THIS CERTIFICATE .. EXTEND OR AFFORDED BY .: .• :I NA FAE AND ADDRESS OF AGENCY COMPANY COMPANIES AFFORDING COVERAGES � United Service Agency, Inc. LETTER Post Office Box 11765 A Insurance Company of North America Lexington, Kentucky 40577 B CIGNA Insurance Company of Texas C CIGNA Insurance Company of Illinois NAME AND ADDRESS OF INSURED D Atlantic Employers Insurance Company APAC-Texas, Inc. Fort Woth Division E P. 0. Box 1807 F Fort Worth, TX 76101 G This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANY POLICY Limits of Liability in Thousands 1000) EACH POLICY LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE OCCURRENCE AGGREGATE GENERAL LIABILITY PERSONAL INJURY * INCLUDING ( S $ A ® COMPREHENSIVE FORM LAB 26606 12-1 -92 BODILY INJURY) ® PREMISES —OPERATIONS PROPERTY DAMAGE $ $ EXPLOSION AND COLLAPSE ® HAZARD ® UNDERGROUND HAZARD ® PRODUCTS/COMPLETED OPERATIONS HAZARD PERSONAL INJURY, ® CONTRACTUALINSURANCE BODILY INJURY AND $ 1,000 $ 1,000 ® BROAD FORM PROPERTY PROPERTY DAMAGE DAMAGE ® COMBINED INDEPENDENT CONTRACTORS ® PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) $ A ® COMPREHENSIVE FORM 'Y LAB 26606 12-1-92 BODILY INJURY $ _( ® OWNED )EACH OCCURRENCE) PROPERTY DAMAGE S ® BODILY PROPERTY YDAMAGE $ 1,000 HIRED ® NON -OWNED COMBINED EXCESS LIABILITY BODILYINJURYAND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA FORM COMBINED A RSCC20578142 12-1-90 '' , B WORKERS' COMPENSATION RSCC18146939 and renewals STATUTORY " '1;r C and EMPLOYERS' LIABILITY RSCC1814704A thereof until D RSCC18146836 12-1-92 $ 1,000 IEACN ACCIDENT) DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES *See Reverse Side Bid #9984, Acme Street, Audra Lane and Davis Street Paving and Drainage, P. 0. #91685 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: DATE ISSUED: Revised December 1, 19B9 City of Denton Purchasing Agent c��< 901-B Texas Street Denton, TX 76201 AUTHORIZED REPRESENTATIVE 99343 (08/89) *The City of Denton, Texas shall be an Additional Insured, but only if required by written contract between The City of Denton, Texas and APAC-Texas, Inc.; only to the extent of the insurance limits required under this contract; only as to work performed or to be performed by or on behalf of APAC-Texas, Inc. under this contract; and only with respect to operations by or on behalf of APAC-Texas, Inc. or to facilities of or used by APAC-Texas, Inc.. i AUTHORIZED REPRESENTATIVE n n 89 STATE OF TEXAS" CONTRACT AGREEMENT S COUNTY'OF DENTONS THIS. AGREEMENT", made and entered into this 26 day of, JULY A.D.; 1989 S. by and between THE -CITY OF` DENTON, TEXAS a .f .the, County of: DENTON and State of Texas, acting .iFrEMY,. through+_ LLOYD V_ HARRELL. CITY MANAGER thereunto �`duly-authorized so to do,. Party of the First Part, hereinafter telmed``the,OWNER', and DON RICHARDS dba DBR CONSTRUCTION COMPANY i N: - LOCUST'. P.O.BOX` 828 DENTON, TEXAS 76202 e City, of nFNTON ,. County of DENTON ru , �� and - state" of TEXAS' � N � , Party of the Second Part, r X%' D :.� hereinafter termed CONTRACTOR. iA ,. ESSETH:% That for. and' in consideration of the payments ementw�hereinafter mentioned,. to: be made and performed ',,Party,: of the First part (OWNER), and under the nay,.,expressed: in the: bonds: bearing even date herewith, !==•Party of the Second: Part (CONTRACTOR)- hereby agrees 6.said -Party of the. First. Part (OWNER) to commence and -the-construction. of certain improvements described as. 38: - FIRE` STATION' NUMBER' 5 'r and: all-extraworks in connection therewith, under the terms as stated: iir. the,, General Conditions of the agreement; and at his rsFz(Ot their9 _own: proper' cost and expense to furnish all u maEeriA 4s supplies, machinery,. equipment, tools, " z,`superintendence; Tabor#. insurance, and other accessories and services;' necessary' to complete the: said: construction, in f accordance: with the=- conditions and prices stated in the Pto oral: attached-. hereto, and in accordance with all the p General: Conditions of the Agreement, the Special Conditions, ''ram the Notics to-•Biddars,(Advertisement for Bids), Instructions to Bidders,. and thel Performance: and Payment Bonds, all attached 'hereto„ and: in accordance with the plans, which includes all „maps;: plats, blueprintsy and' other drawings and printed or `'written- explanatory matter thereof, and the Specifications therefore,as. prepared by TFRRV rT.ARK P R TTV .N+TN ..R # a o w is are ma e a part hereof and collectively evi ence• and constitute the entire contract. CA - 1 The CONTRACTOR hereby agrees to commence work on or after the. date established for the start of work as set forth in written. notice• to commence work and complete all work witnin the tim.j stated in the -Proposal, subject to such extensions of time as•are provided:by the General and Special Conditions. The OWNER.agrees-to pay the CONTRACTOR in current funds the ce or. prices shown in, the Proposal, which torms a part of s-contract,. such payments to be subjectto the General ana cal,Conditions of the Contract.. IN WITNESS: WHEREOF; the parties of these presents have cuted1thia agreement in+the year ana aay,first above written. =s: LLOYD V. HARRELL, CITY MANAGER (SEAL) DON.RICHARDS dba DBR CONSTRUCTION COMPANY Party of the Second art, CO RACTOR' ey 7 DON RICHARDS (SEAL) CA - 2 SOND P11EKIWO BASEn Dad FINAL CONTRACT PRICE PREMIUM CHARGED PERFORMANCE BOND ONANNUALIBASIS STATE OF TEXAS S BOND NO. 838047-89 COUNTY OF Collin S KNOW ALL MEN BY THESE PRESENTS: That Don B. _Richards dba DBR Construction Company of the City of Denton County of Denton , and State of Texas ,as principal,- and International Fidelity_ Insurance Company rVLthorized under the laws of the State of Texas to act as surety on. bonds for principals, are held and firmly bound tmta_T". C7TY OF DENT_ON __ , in the penal sum of9!E�n�T T�hWRlf?D-_NTI9ETY SEVEN THOUSAND THREE HUNDRED EIGHTY SIX AND NO/100 Dollars 04497,386.00 ) for the payment whereof, the said Principal d Surety bind themselves, and their heirs, administrators, 1 axecettorer successors and assigns, jointly and severally, by "? p9aee presents:. t S , IBIMEMP the Principal has entered into a certain written >' , `c�antract with the City of. Denton, dated the 96 day JLTLY' , 19 89 - to which contract is hereby sz^ferredi to and made a part hereof as fully and to the same e°r'�st as if copied at length herein. Nafg, 2'ME90RE, THE CONDITION OF THIS OBLIGATION IS SUCB, " thaw if the said Principal shall faithfully perform said tract sad' -shall in all, respects dully -and--fai-thfully—observe _- �d perform. all and singular the covenants, conditions and eements in and by said contract agreed and covenanted by the rr?.ncipa.lto be observed and performed, and* according to the intont and meaning of said Contract and the Plans and "Fcif-0cations hereto annexed, then this obligation shall be +j9 d7 Otherwine to remain in full force and effect; n^07IDPD, 90TWEVER, that this bond is executed pursuant to the ov.Iions of Article 5160 of the Revised Civil Statutes of `- '" ms z$ amended by the act€ of the 56th Legislature, Regular ,e,_ior., 1959, and &ll ld.abilities on this bond shall be de--ormined in accordance with the provisions of said Article to +.:e lone extent as if it were copied at length herein. PB-1 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the ,?!.ans, specificaticns, or drawings accompanying the same, shall .n anywise affect "its obligation on this bond, and it does hereby waive notice of any such change, extension of time, :iteration or addition to the terms of the contract, or to the work to be performoid thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14th day of Auanst. 1989 R.,,:CHARDS dba .,�W-V ^F `mac R_ 'S CTION COMPANY International Fidelity Insurance -_company s a PRZNCZP 5 RETY Y�47774 I3Y , BY lVdA + G Cheryl L. Humphreys ~ �` "`t t-'•r z 7z Title Ati nev-i n-Factr"� 'Ae..drej7n: 525 N. Locust Address: 24 Commerce Street Denton, Texas 76202 Newark, New Jersey 07102 all TRH name and address of the Resident Agent of Surety is: V:R. Damiano, Jr., Agent's Bond Connection Agency, Inc. = 101""E:'ParrBlVd—Suite 1021;'Plano,—Texas '75074— — _ U�4 • V1,N] a P 1-1 S-Ap It U W, RIAS E. D C, 361,14, P! NAL C 0 NT A RZ 'f P R1 0 E ORB&MMARGED ON ANNUAL BASIS PAYMENT BOND STATE OF TEXAS § BOND NO. 838047-89 COUNTY.OF COLLIN KNOW ALL MEN BY THESE -PRESENTS: That DON B. RICHARDS dba DDR CON*T_R9CION q_QL4PANY of the City of 12ENTON rJ County : of DENTON and the State of TEXAS N151�'1_:1_a1_1; Principal,#. and, INTERNATIONAL FIDELITY INSURANCE COMPANY $,.�J' alAt.11orized . under the laws of the State''Of Texas to act as Sur oty: on bonds for principals, are hold and firmly bound unto ..ty, of Denton, Texas, W 14 -, , in thepenal SUM gOUH _ThOl C1 HUNDR ED NINETY. SHIVENt THOUSAND THREE ($497,386.00 ) for the payment whereof,, Xj, d,. P I rincipal and Surety bind themselves and their heirs, n.tratorar executors, Successors and assigns, jointly and theme presents - of, I 'Er, . -Principal. has entered into a certain written 1K 'a City' Of Dentono, dated the 26 lay 19, 89 r to which contract is hereby and- made a part hereof as fully and to the same E copied at length heroin. 111M.; THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, -Jd if aa Principal rihall pay all claimants supplying and. materiz.1 to him or. a subcontractor in the Prosecution Q'work�provided for in said contract, then this obligation be.- voldr otherwise to remain in full force and effect; HOWL, that this bond is executed ursuant to rcVis$OfM, of Article- 5160 of the Revised Civil Statutes of - as aTendad, by the act,,7 of the 56th Legislature, Regular :LO14- 1959v,, and all liabilities an this bond shall be rminad.in,accardance with the provisions of said Article to SmMC,* extentae, if it were copied at length herein. ",Tr7l 17 1 71M F-Tem-m-", �Wprw_" n Surety, for value received, stipulates and agrees that no change, extension -of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings acc)mpanying 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. warlr. to be. performed thereunder. IN, WITNESS WHEREOF, the. said Principal and Surety have S.ig,nod' and. sealed this instrument . this 1144t_h�.day 9 89 _TaFARAS, dba 525, N'. Locust 'Denton, Texas INTERNATIONAL FIDE COJ x+7 i iV i4lvvf {/L Cher L. Humpbreeyy W, Title At ney-in-Fact' 3 Address• 24 Commerce Street'T' ' Newark, New Jersey 07102 , Yj. YK yr,K • rr i} i�J ••4 indG address of.' the Resident Agent of Surety is, u�t imiano, Jr.; Agent's Bond Connection Agency, Inc. 76202 E,., Park�,Bl vd. , Suite 1021 , Plano, Texas 75074 , bx `+ f 9 h14 Y I ' {I PREMIUM CHARGED ON ANNJAL BASIS MAINTENANCE 3OND THE STATE OF TEXAS 5 BOND NO. 838047-89 KNOW ALL MEN Y THESE PRESENTS: COUNTY OF DENTON. 5 That DON R. RICHARDS dba DBR CONSTRUCTION COMPANY as, Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY ai, corporation authorized. to do business in the state of Texas, as,,, surety„ do, hereby acknowledge themselves to be" held and bound... ay unto the City of Denton, a Municipal Corporation of the:"., ateOR.Texasp, its successors and assigns, at Denton, Denton =CQusaty,. Texas, the SUM Of FORTY NINE THOUSAND SEVEN HUNDRED Vrtt ,THIRTY EIGHT AND NOZ100 Al )j, the said sum being ten (108) percent of the ,a&—EaZ7,-aRoun—tof the hereinafter mentioned contract for the payment, of., which sum, said principal and surety do' hereby bind tbemaalvemp, their successors: and assignor jointly and severally: 011 Th-isn,'obligation. is conditioned, however, that: 1ERRASp'ther principal has entered into a. written contract �4caid City of Denton to build and construct 86_$497,386.00 ntract and the plans and specifications therein adopted by the City of Denton,, are filed with the ratary at said City and are hereby expressly incor- 5, 1por, e& heroin by reference and made a part hereof as though the, same,, ware.. written and set out in full herein; THEREFORE, if the Principal shall wello� truly,, an maintainr and keep in good repair the work contracted bei, done. and, performed. for a period of one (1) year from the dattkL of., acceptance in writing by the City of Denton and do all nemssary work and repair of any defective conditions growing out, oE or arising from the improper work of the same, including, but not limited to, any settling, breaking,, cracking or other MB - I '4770TPIPT"Emn m5memmmsm defective condition of any of the work or part thereof arising from improper excavation, nackfilling, compacting or any other cause or condition, known or unknown, at any time atiring the period of this bond, which the city engineer, whose )udgment shall be final and conclusive, determines to be the result of defective work, materials or labors then this obligation snail be void,: otherwise to.remain in full force and effect. In casethe said Principal shall fail to maintain, repair. or reconstruct any defective condition of the work as dcatermined herein, it is 'agreed that the City may do said work supply such materials as necessary and charge the sum agsai nst the, said Principal and Surety on this obligation. j"ti a r, .T.t; is" further agreed that this obligation shall be z.. ccanti.nuedone. against the Principal and Surety and that successive. recoveries may be had hereon for successive breaches �,i_���,i:�.• a:f the conditions- herein provided until the full amount of this d. shall have been exhausted, and it is further understood !!'•';,',,.. t.hat the, obligation to maintain said work shall continue t32roughout said maintenance period,. and the same shall not be °'t''c2saagedo, diminished or in an manner affected from an cause . Y y M;Eys.i, `sy,t:: .Prowtded,. 'furthwar, that if legal action be filed on this yr,, ba5nt"{ vQnryuc sha!a lie in Denton- County. ZRz in-s ; 4dT.?'NBNS WSEREOP, this instrument is executed �`cta,Ticatc3, each: one: of: which shall be deemed an original,'dEriis 4 5 °yra tkAPa 14th : F day 0e, August ,A.D., 1989 y PRINCIPAL_.W; DON B. RICHIIRDS dba INTERNATIONAL FIDELI�TY� INSURANCE CO. ygR TR7CCTION COMP,44iPzX rti BY: t e" e e ! a°°+ Cheryl:. Humphrey DON B. RICHARDS At�t6rnev i n-Fact -4iee MB - 2 _..^4S!�0r4i1#:�NA�tiiCRaN`N?•}31{'.�4Q1::il'. TEL.(201).624-7200 POWER-OFATTORNEY INTERNATIONAL -FIDELITY` INSURANCE COMPANY'- HOME OFFICE: 24COMMERCE STREET NEWARK NEW JERSEY 07102. BONDNO9 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,.a corporation organized and existing under the laws of the State of New Jersey, and having its principal office in the City of Newark; New Jersey, doeshereby constitute and appoint ' V.R. DAMIANO, JR., BETTY J. DAMIANO, SHARYL BAILEY, CHERYL L. HUMPHREY PLANO, TEXAS its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surely: any and all bonds and undertakings, contracts of indemnity and otherwritings obligatory in the nature thereof, which are or may be allowed, required or permuted bylaw, statute; rule; regulation; contractorotherwise,and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITYINSURANCE COMPANY, 1' as fully and amply, to all intents and purposes; as if the same had been duly executed and acknowledgedby its regularly elected officers at its principal office.' - This Power of Attorney is executed, and maybe certified to and maybe revoked, pursuant to and by authority of Article2, -Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on. the 23rd day of December, 1968.. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary; shall have: power and authority -' - (1) To appoint Attorneys -in -fact, and to authorize them -to execute on behalf of the Company, and attach the Seal `of the Company Thereto, bonds and., -undertakings, contracts of indemnity and other writings' obligatory in the nature thereof and,' _ - (2) To remove, at any time,.any such Attorney -in -tact and revoke the authority given - - - Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted afa meeting duly . - called and held on the 4th day of February, 1975 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may -be -affixed to -any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures andfacstmtle sealshallbe validand binding upoifthe Company inthe -future with respect to any bond or. undertaking to which it is attached - - _ _ IN TESTIMONY WHEREOFANTERNATIONALFIDELITY INSURANCE COMPANY has caused this instrument to ' be signedandits corporateseal to be affixed by its authorized officer, this Tst day of May: AD 1986. . INTERNATIONAL FIDELITY INSURANCE COMPANY SIM 19ft' STATEof NEW JERSEY County of - County Essex - Executive ,`, ,� • - _. _ .Executive Vice President On thisist day of May 1986: before me came theindividualwho executed the preceding instrument, tome personally known, and; tieing by me dulyswom, � - said that he is the therein described and authorized officerof the INTERNATIONAL FIDELITY INSURANCE.COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. - - - 'A049e y IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, ' at the City of Newark, New Jersey the day and year first above written. p V g 0 Ci A NOTARY PUBLIC OF NEW JERSEY My Commission Expires April 28, 1992 r .CERTIFICATION - -I, the undersigned officer of INTERNATIONAL FIDELITY IN Power of Attorney and affidavit, and the copy of the Section of the B FILE IN THE HOME OFFICE OF SAID COMPANY, and that the Power of Attorney has not been revoked and is now in full force e d IN TESTIMONY WHEREOF,. I. have Hereunto set my hand thi do hereby certify that I have compared the foregoingcopy of the s set forth in said Power of Attorney, with the ORIGINALS ON- sthereof, and of the whole of the said originals, and that he said i 1989 Assistant Secretary c al.l��.��a CERTIFICATE OF INSURANCE ISSUE DATE (MM/OD/YY) { --�--- ----- — �J� 8/28/89 PRODUCER ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Ramey King & Minnis NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, 10 707 First State Bank Bldg. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW C COMPANIES AFFORDING COVERAGE Denton, Tx. 76201 --i. CODE SUB -CODE _ COMPANY i LETTER A Trinity COMPANY B LETTER Houston General INSURED D.B.R. Construction Company, Inc. P.O. Box 828 COMPANY i LETTER C - - Denton, TX. 76202 COMPANY - - D j LETTER f COMPANY E LETTER COVERAGES - ^THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS _ --CERTIFICATE'MAY'BE'ISSUED'OR'MAY'PERTAIN-THE-INSURANCE-AFFORDED'BY'THE'POLICIES-DESCRIBED-HEREIN'IS-SUBJECT'TO-ALCTHE'TERMS--- EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. —?. COI TYPE OF INSURANCE POLICY NUMBER LTR ! i POLICY EFFECTIVE POLICY EXPIRATION DATE (MMI�TE (MM/DD/YV) ALL LIMITS IN THOUSANDS 1 GENERAL LIABILITY i - j GENERAL AGGREGATE I $ 1,000 A XI COMMERCIAL GENERAL LIABILITY GL7449385 j 4/17/89 j 4/17/90 1 PRODUCTS COMP/OPS AGGREGATE` $ 0 CLAIMS MADE OCCUR: , 1 - PE SR ONAL 8 ADVERTISING INJURY $ 500 OWNER'S 8 CONTRACTOR'S ! PROT) EACH OCCURRENCE $ 500_ ' 3 i FIRE DAMAGE (Any one fire) $$ 5j0 { j MEDICAL EXPENSE (Any one person)' $ 5 AUTOMOBILE LIABILITY COMBINED X ANY AUTO TCA6413799 Le '1,000 14/17/89 4/17/90 (uMT$ i X ALL OWNED AUTOS BODILY SCHEDULED AUTOS I'...X 1 I INJURY S { 1 (Per Person) {11 HIRED AUTOS 1 Og DE —' )~x� NON -OWNED AUTOS { INJURY $ {_X j GARAGE LIABILITY i (Per accident) PROPERTY DAMAGE $ EXCESS LIABILITY -- EACH AGGREGATE 'OCCURRENCE— — i Ji i $ ( $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY 1 _ B AND �~ I 05TWC!013995-00- 4/6/89- j 4/6190._ i $.'100 IEACH. ACCIDENTL. - EMPLOYERS' LIABILITY $( 1 500 (DISEASE —POLICY LIMIT) _ i $ I 100 (DISEASE —EACH EMPLOYEE OTHER i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS Additional Insured: City of Denton CERTIFICATE. HOLDER CANCELLATION City Of Denton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Purchasing Dept. EXPIRATION. DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO �01B Texas St. MAIL 30 DAYS WRITTEN NOTIC TO THE CERTIFICATE HOLDER NAMED TO THE Denton, TX. 76ZO1 LEFT, BUT FAILURE TO MAILS H N TICE N IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPO#NC IT S OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Ramey Kingr I , - ©A64F .CORPORATION 1988 ACORD 25-5 (3/88) - a .: �gdN fr ------------------ ISSUE DATE (MM/DD/YY) R �'�"'�"® BIND�� mINSURANCE l THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE .' SIDE OF THIS FORM ' PRODUCER COMPANY BINDER NO. Ramey Kin; $ Minnis Insurance Trinity Universal 7,,07 First State Bank Bldg. _ EFFECTIVE 4 DATE _ _ TIME EXPIRATION DATE�_TIME__ Denton, ;Texas 76201 I'I AMt_9 2:o,A 01 I 23 '8-7-89 - X NOON THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED iCOMPANY PER EXPIRING POLICY NO: CODE - SUB -CODE i DESCRIPTION OF OPERATIONSNEHICLES/PROPERTY (lncludiag Location) I INSURED DBR Construction Company, Inc. P.O. Box 828 Denton, Texas 76202 i j COVERAGES-t" --gym<,L ,.. ,r w.:', ?' - .; . _-- v . .« .,,r ate` `" "^ ' i ``�"LL,L='IABILITYaLIMITS INNTHOUSANDS'o TYPE OF INSURANCE _ COVERAGEIFORMS AMOUNT DEDUCTISLE_j COINSUR. PROPERTY CAUSES OF LOSS Named Perils Builders Risk Policy - - - BASIC BROAD[:DSPEC] Fire, EC., SEC, Bldg.-- i500,000 250 Fire Station, interesection of 1 } I GENERAL LIABILITY -- GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PROD. —COMP/OPS AGGREGATE I $ CLAIMS MADE. OCCUR! PERSONAL BADVTSNG. INJURY $ OWNER'S & CONTRACTOR'S PRO I. i 1 EACH OCCURRENCE FIRE DAMAGE (Any one tire) $ I RETRO DATE FOR CLAIMS MADE: MED. EXPENSE (Any one person) j $ AUTOMOBILE ALL VEHICLES u SCHEDULED VEHICLES CSL $ LIABILITY BI PERS/ACCID, $ NON/OWNED I PDD HIRED MED. PAY $ GARAGE. - PIP $ { UM ;$ AUTO PHYSICAL DAMAGE j j ALL VEHICLES - "'SCHEDULED VEHICLES ACV j COLLISION DED. I _ STATED AMOUNT —3i 11 I $ OTC DED: OTHER EXCESS LIABILITY ] EACH AGGREGATE SELF-INSURED- i3 OCCURRENCE j RETENTION UMBRELLA FORM .I I OTHER THAN UMBRELLA FORM j RETRO DATE FOR CLAIMS MADE ( _� '�• - STATUTORY WORKER'S COMPENSATION $ (EACH ACCIDENT) AND EMPLOYER'S LIABILITY I $y (DISEASE -POLICY LIMIT) j $ (DISEASEEACHEMPLOYEE) SPECIAL CONDITIONS/RESTRICTIONS/OTHER COVERAGES " NAME-& ADDRESS MORTGAGEE � ADDITIONAL INSURED - LOSS PAYEE LOAN q AUTHORIZED R RE ENT A I - ©rACORD�66R0ORAT10NA1988 Q r.. :a1:l�ia�� ISSUE DATE (MM/DD/YY) INSURANCE BINDER } -: THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM__ - �� PRODUCER COMPANY - BINDER NO. Ramey King $ Minnis Insurance [—TrinityUniversal 707 First State Bank Bldg, Denton; Texas 76201 ECTIVE EXPIRATION EFF- DATE TIME_ DATE��jj I��''TIME_ X{ AM 112o1A - I 8_7_gg 12:01 i {. PM 9 7_87 _jxd NOON { THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED - COMPANY PER EXPIRING POLICY NO: CODE SUBCODE - DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY (including Location) 1 INSURED City of Denton Purchasing Dept., _Agent 1001-B .Texas St. Denton, Texas 76201 - L "COVEAGE,, .I , ALL LIABILITYLIMTSNOS� TYPE OF INSURANCE { COVERAGE]FORMS AMOUNT 1 DEDUCTIBLE I COINSUR. PROPERTY CAUSES OF LOSS - BASIC BROAD =SPEC.I tt 1 I i - I � GENERAL LIABILITY - {GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY _ _ I PROD. — COMP/OPS AGGREGATE I $ CLAIMSMADE =OCCURi - PERSONAL & ADVTSNG. INJUER'S & CONTRACTOR'S PROT. _ EACH OCCURRENCE t FIRE DAMAGE (Any one fire) FETED DATE FOR CLAIMS MADE: ' MED. EXPENSE (Any one Person) { $ AUTOMOBILE 3 3 ALL VEHICLES SCHEDULED VEHICLES - CSL' `' $ LIABILITY I I _ j BI PERS/� ACCID 1 $ NON/OWNED ED is HIRED _{ GARAGE LIMIs� AUTO PHYSICAL DAMAGE ALL VEHICLES SCHEDULED VEHICLES I' }I ACV - - COLLISION DED. - f 1 HOTTER tSTATED AMOUNT-, $ OTC DED: - EXCESS LIABILITY 1 7 EACH AGGREGATE ! SELF -INSURED 7 OCCURRENCE RETENTION I UMBRELLA FORM Ij OTHER THAN UMBRELIA FORM-1,RETRO DATE FOR CLAIMS MADE: I�—�—STTAATUT—ORY-1 . WORKER'S COMPENSATION 1 I $ (EACH ACCIDENT) AND EMPLOYER'S LIABILITY r , $ (DISEASE -POLICY LIMIT) { - is (DISEASE -EACH EMPLOYEE) SPECIAL CONDITIONS/RESTRICTIONS/OTHER COVERAGES - NAME` &ADDRESS 24", MORTGAGEE ADDITIONAL INSURED e_ LOSS PAYEE - - LOAN # AUTHORIZED REPREMATIV,,ACORD � u:*��` XACORDfiCORP'ORATION 1988g 75?SL(2/88)�,. �4 "< ,� ,''� g _',„ 'V3 W CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be_given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: 0 A combined single limit of $500,000. III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage ,shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: o A combined single limit of $500,000. IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000. INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non -renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self -insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 CONDITIONS ADDITIONAL INSURED: The Cit appointed officials, officers apply to Worker's Compensation.) y of Denton, its elected and and employees. (This does not NOTICE OF CANCELLATION: Prior to any material change .or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. CONTRACTURAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liabilityrequirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations' assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 3. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City -owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. CI - 4 BID PROPOSAL DATE June 29, 1989 Proposal of DBR Construction Company , A Corporation organized and existing under the laws of the State 1 of Texas xnx) Cg9ilpXlF;pxlmtmt3txigx3pfxxxxxxxxxxxxxxxX }Fm3€ny.T,xxldxF #1 xt,4�xxk)mxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 1 TO THE CITY OF DENTON DENTON, TEXAS Gentlemen: The undersigned hereby proposes to furnish all supervision, 1 labor, materials, equipment, tools and necessary accessories for i tho construction of: ,WFi.re Station No,. 5 1 Denton, Texas As set by the Specifications and all in strict accordance with the Contract Documents for a total price, including all i identified prices, of Five Hundred Thirty One Thousand Eight Hundred Seventy Five Dollars $ 531,875.00 1 (Figures) (Note: Amount shall be shown in both words and figures. In case of discrepancy, the amount in words will govern. This total sha'_1 be the same as the total on the Summary Sheet.) Bid Proposal - 1 SCJi?;����pF ALTERNA'1;�5: (SECT10 O10�Q1 It�r�ate No• l: Delete antenna and radio equipment. Provide foundation and conduit necessary for antenna by owner. DEDUCT $ 13,000.00 Alternate moo. 2_ Delete all perimeter sidewalks. DEDUCT $ 3,000.00 Alternate No. 3: Delete "mini -blinds" at all windows at ground level as specified. DEDUCT $ 1,165.00 lylten�e�1o. 4: Delete face brick, add 4" split -face or ground- .face concrete masonry units. DEDUCT 1$ 7,300.00 W,ttTjMfte No. 5�- Provide manufacturer's standard metal roofing; finish as specified for Berridge roofing. DEDUCT $ 0 Alternate No. 6: Delete fire hydrants; provide stub -up including valve, flange and fitting only. DEDUCT $ 0 Alte �n�t NO. 7: Not used. Alternate No. 8: Delete hose racks. DEDUCT $ Alternate A'o. 9: Not used. AzternatP No. 10_ Not used. Bid Proposal - 2 a T��tern��eNo. ] Delete all landscaping sheet L-1 except provide for turf gras at all unpaved areas and protect all existing trees at all unpaved areas. C DEDUCT $ 3,524.00 t j nite r_nate A'o. 12: Not used. n1_ternate No_i�_ Delete irrigation system. DEDUCT $ 6,000.00 Bid Proposal - 3 UNIT PRICES: Unit prices for pier depth varying from estimated depth to bearing stratum indicated: 16" piers with casing, add 5.50 per linear foot. 16" piers without casing, add 3.00 _ per linear foot. 16" piers with casing, deduct 0 per linear foot. xL6�xR7�xYxlF#}�h}F1FxfFR�PSF�%xx4R4�9t3t�tx4 per linear foot. 20" piers with casing, add 6.00 _ per linear foot. 20" piers without casing, add 3.50 per linear foot. 20" piers with casing, deduct 0 per linear foot. %%Xxptketrn°JCxoKJC�c4rKx9Cxgk9tac7�4CFD{}CXxxxxx per linear foot. 24" piers with casing, add 7.00 per linear foot. 24" piers without casing, add 4.00 per linear foot. ^4" piers with casing, deduct 0 per linear foot. 3txdcxXaGx7'77CJD7iX&�R&�}iRxXxxxxxper linear foot. President gnature June 29, 1989 Title/Date Rid Proposal - 4