HomeMy WebLinkAbout1988-0730923L
NO FS D�3
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THB
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 of public works or im?rovements, as described in the
"Bid Invitations", "Bid Proposals' or plans and specifications
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID NUMBER CONTRACTOR AMOUNT
9790 Onyx Construction Company $226,229 00
9839 Dickerson Construction Company 84,829 00
9842 Calvert Paving Corporation 291,572 36
SECTION II That the acceptance and approval of the above
competitive b ds shall not constitute a contract between the
City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until
such person shall comply with all requirements specified in the
Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to
execute a 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 and approval of the above
compet tfve finds and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V That this ordinance shall become effective
imme iately upon its passage and approval
PASSED AND APPROVED this the 19th day of April, 1988
MA.WIAAM i
J,•
t
ATTEST
J IF IA TERS, CITY S CRETARY
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY &XA
4
PAGE TWO
DATE April 19, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9790 - WASTEWATER PLANT MISCELLANEOUS
IMPROVEMENTS
RECOMIENDATION We recommend this bid be awarded to the lowest bidder, Onyx
Construction Company in the amount of $226,229 00
SUMMITRY This bid is for the purchase of materials and labor to perform
improvements at the Wastewater Treatment Plant The improvements include painting
and repair of clarifier mechancisms, replacement of weer plates and braces, and
installation of effluent flow meter
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Wastewater Treatment Plant
FISCAL IMPACT Sewer Bonds Account Number 624-008-0470-9101
Respectfully submitted
/Z., "'/ y'.
oy Harre 1
City tanager
Prepared by
Name om aw,
Title Assistant Purchasing Agent
Approved
Name John J Marshall, C P M
Title Purchasing Agent
1
I
Tr I
CI
ml m
...
I
I
rll
TI
1
cli a
i
wl
i
of
am.i
1
I
�1
1
til
1
I
1
I
I
i
I
la
i
1
I
I
I
i
i
1
I
1
1
1
I
I
I
�l l
ti t V
I
1
ml
]TI
m
r
I
I
1
1
1
1
1
HI
m I
.Tj
A
i
I
'ti
1
I
hl 1
A I
SQ
I
m
1
I
I
1
m
I
fr
I
1
I
-ll
a
yl
r
ti
I
I
I
I
Cf 1
1
�1
m
y
1
p
1
I
I
I
I
I
I
zl
_I
I
I
til
�
m c
m9
r S m
(m!]
laV
b
m
fill
�
i
1aJ
I
S C1 m
m
g
N
N
1
1
T
•J
m
1p
0
N
i
m
m
i
c
czn .s
I
I
hl
r
'
'
I
z
I
K
Jl
I
I
I
1
I
I
j
t
I
1
1
m
z
I
1
1
I
a
o
I
I
1
A
I
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 2nd day of May .
A.D., 19 88, by and between
of the County of
Denton
the City of Denton
and State of Texas, acting through
its City Manager thereunto duly authorized
Party of the First Part, hereinafter termed the OWNER, and
Onyx Construction Co., Inc.
so to do,
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:
Wastewater Treatment Plant Miscellaneous Improvements (Bid #9790)
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0044b
written explanatory matter thereof, and the Specifications therefore, as
prepared by
Freese and Nichols, Inc. Consulting Engineers, Fort Worth ,
Texas , all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
ATTEST:
APPROVED AS TO FORM:
City Attorney
CA-2
0044b
Lloyd Harrell, City Manager
(SEAL)
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That Onyx Construction Co., Inc.
, of the City of Fort Worth
County of Tarrant , and State of Texas
as PRINCIPAL, and Highlands Insurance Company
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the City of Denton, Texas
as OWNER, in the penal sum of Two hundred twenty-six thousand two hundred sixty-nine
and 00/100----------- Dollars ($226,269.00 ) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 2nd day of May , 19 88 , for the construction of
Wastewater Treatment Plant Miscellaneous Improvements (Bid #9790)
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 2nd day of May , 1988 .
Onyx Construction Co.. Inc.
Principal
By
�.
W.D. Josserand
Title Presiden
Address P.O. Box 18765
Fort Worth, TX 76118
(SEAL)
Highlands Insurance ComDan
Surety
Title
✓� �:
Address AK
The name and address of the Resident Agent of Surety is:
Alexander & Alexander of Texas, Inc.
P.O. Box 2950, Fort Worth, Texas 76113
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b.
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS:
of the City of
That Onyx Construction Co., Inc.
Fort Worth
County of Tarrant , and State of Texas , as principal, and
Highlands Insurance Company
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto City of Denton, Texas
, OWNER, in the penal sum of Two hundred twenty-six
thousand two hundred sixty-nine and 00/100------------- Dollars ($ 226,269.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 2nd day of May , 198$
For the construction of Wastewater Treatment Plant Miscellaneous Improvements
Bid #9790)
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 2nd day of
Onyx Construction Co., Inc.
Principal
By
W.D. Josserand
Title President
Address P.O. Box 18765
Fort Worth, TX 76118
May , 19 88
Highlands Insurance COmnan
Surety
Title
Address,
(SEAL) (SEAL) 4
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-4
0092b
HIGHLANDS INSURANCE COMPANY
HOUSTON, TEXAS
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the Highlands Insurance Company, a corporation duly incorporated under the laws of the State of Texas, doth
Linda F. Hughes, Gary B. McElroy, Larry Paulsen, Cynthia M.
hereby constitute and appoint Prewitt- A. P. Washburn Jointly or Severally
of the City of Fort Worth , State of Texas to be its true
and lawful attorney -in -fact for the following purposes, to -wit:
To sign its name as surety, and to execute, seal and acknowledge any and all bonds, recognizances, obligations,
stipulations, undertakings or anything in the nature of the same, and to respectively do and perform any and all acts and
things set forth in the appended resolution of the Board of Directors of the said Highlands Insurance Company; provided,
that the penal sum of no single one of such bonds, recognizances, obligations, stipulations or undertakings shall exceed the
sum of
Unlimited Dollars
($ Unlimited ): the Company hereby ratifying and confirming all and whatsoever the said attorney -in -fact may
lawfully do in the premises by virtue of these presents, but reserving to itself full power of substitution and revocation.
IN WITNESS WHEREOF, the said Highlands Insurance Company, pursuant to a resolution passed by its Board of
Directors, at a meeting held on the 29th day of July, A.D., 1974, a certified copy of which is hereto annexed, has caused
these presents to be sealed with its corporate seal, duly attested by the signature of its President, Vice Presidents, Assistant
Vice Presidents and Secretary this 22nd day of Maw
, A.D. 19_$�.
,HSUA�HC
utO�COi
rt,.s
Secretary r—
STATE OF TEXAS
COUNTY OF HARRIS
CITY OF HOUSTON
On this
22nd
HIGHLANDS INSURANCE COMPANY
By
�k 5
Vice President
day of May in the year 1914— before me personally
appeared J. L. Darnold to me known, who,
being by me duly sworn, did depose and say: That he resides in Houston, Texas; that he is Vice President of the Highlands
Insurance Company, the corporation described in and which executed the above instrument; that he knows the Seal of said
corporation; that the Seal affixed to said instrument is such corporation Seal; that it was affixed to such instrument by and
under authority conferred by the Board of Directors of said corporation; and that he signed his name thereto by like
authority.
rO1 pPY PVe'
O
1
f
'^r P Notary Public, State of Text
9Tf pf jO+
RESOLUTION
RESOLVED, that this Company do, and it hereby does authorize and empower its President or any one of its Senior
Vice Presidents, Vice Presidents or Assistant Vice Presidents, in conjunction with any one of its Secretaries or any one of its
Assistant Secretaries, under its corporate seal, to execute and deliver or to appoint any person or persons as attorney -in -fact
or attorneys -in -fact, or agent or agents of this Company, in its name and as its act, to execute and deliver any and all con-
tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performance of con-
tracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all ac-
tions or proceedings, or by law allowed; and, in its name and as its attorney -in -fact or attorneys -in -fact, or agent or agents,
to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or
anything in the nature of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States
or of any State or Territory of the United States, or by the rules, regulations, orders, customs, practice or discretion of any
board, body, organization, office or officer, local municipal or otherwise, be allowed, required or permitted to be executed,
made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons,
corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities
whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such
bond, recognizance, obligation, stipulation or undertaking, or anything in the nature of the same; the nature, class or extent
of the instruments so authorized to be specified in such power of attorney.
FURTHER RESOLVED, That the signature of any of the persons described in the foregoing resolution may be
facsimile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of
the persons hereinabove authorized.
I, D. E. Walker , Secretary of Highlands Insurance Company, hereby certify that
at a meeting of the Board of Directors of said Company, duly called and held at the office of the Company at the City of
Houston, on the 29th day of July, A.D., 1974, at which was present a quorum of said Directors, duly authorized to act in
the premises, resolutions were passed and entered on the minutes of said Company, of which resolutions the foregoing is a
true copy and of the whole thereof.
IN TESTIMONY WHEREOF, I have hereunto set my hand and seal of Highlands Insurance Company, this
22nd day of May A.D. 19 84
.NSV N4H F I� I
e
,.s
STATE OF TEXAS
COUNTY OF HARRIS
I D. E . Walker , Secretary of Highlands Insurance Company, do hereby certify the above anti
foregoing is a true and correct copy of a Power of Attorney, executed by said Highlands Insurance Company, which is still
in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company in the City of Houston,
Texas, this 2nd day of May A.D. 19 88
,xsux�y�E '�J' • V.
Secretary
7
.em
CERTIFICATE OF INWANM
CITY OF OENTON
Naas and Address of Agency
Alexander & Alexander of Texas, Inc.
P. 0. Box 2950, Fort Worth, Texas 76113
City of Conic Reference:
Project flame. Wastewater Treatment Plant
boas'-3�t�rvov tttL
Project No: Bid No. 9790
Phone 817-7-37-4000 I Project Location:
Masr end Address of Insured:
Onyx Construction Conpany, Inc.
P. O. Box 18765, Fort Worth Texas 76118
phone 817-439-3335
managing Dept..
Companies Affording Coverages
A Scottsdale Insurance Company
B Keeper Insurance Company
Guaranty National Insurance Company
This is to certify that policies of Insurance listed below haw been issued and are In force at ibis ties.
ompany
attar Type of Insurance Expiration Limits of Llebllity
Poll Number oats _ In 000
A
Oarmeral Liability
- Occurrence
G 5107175
6/1/88
Occurra
$
- Claims Mom (see i2-reverse)
Bodily Injury
Broad Fare to Includes
tY own"
sss/Opsratlons
}{ Independent Contractors
ProducK �its/(CNed pletOperations
ury
Bodily injury and Property
X Contractual LlabiIIty (use il-reverse)
04110" Comb inod
$1,000
Explosion Hazard
UndergroundiHa�CHazardllapse
- Liquor LiabiliyCoeag
Fire LIabl
A44re5
$1,000
(see
a
Broad Fare Property
- Professional Errors/omissions
- occurrence
- Clales made (sae i2-reverse)
B
Comprehensive AutsoblI*
Liability
mow ed/leased Automobiles
X Mm-owned AutarobIles
F3C061256-0
6/1/88
Bodily Injury/Parson
Bodily injury/Accident
cc
$
3
property Barge
S
g Hired Automobiles
Bodily Injury/Property
Damage Combined
$ 1,000
D
- Workers' Campensation and
Employers' Liability
Certificate
to be iss
Statutory Amount
each accident
Qther Insurance
C
_ Umbrella
M1016731
6/l/88
I
$2,000 BI & PD Combined
-
Each Occurrence/Acrareaate
IDescription of Operatlons/Locations/yahicleg. The City of Denton is an additional insured as Its interest may
appear as defined an the reverse side.
Mere and address of Certificate Holder. 5/2/88
ia1Y HF III M, MW
RIEWSM AGERr
901-8 MM Sr 4LU KLr
EEIM, Tr 76201
-%E» CF mCEMs CR ENE (X-¢ pMUCEEX
►-3Z
r- _ .I• • - • r r i - _ _ 1• a __ ' u 1 • •• -•
• ••
. 1.• r
.•• • �: ••- a u. .1• •• r r" _• r.• •- r .•1• -• 1 - .• r •• !1
MISIONOO
DATE April 19, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid # 9838 Woodrow Lane Utilities Relocation
RECOtN'1ENDATI0N
We recommend this bid be awarded to the low bidder Dickerson Construction
Co of Celina, Texas for the amount of $84,829 00
SUMMARY
This pro3ect was bid earlier with the Bridge on Woodrow Lane This item
was sent out on this item separately and received March 3, 1988 We
received two bids from local contractors as shown on the tabulation
sheet
BACKGROUND
Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
e woo row Lane improvemen s ri ge, drainage Paving, etc
FISCAL IITACT
There is no additional impact on the General Fund
Respectfully submitted
L oyd arrell
City anager
by
me \`John J Marshall, C P M
tle Purchasing Agent
Approved
8me John J Marshall, C P M
Title" Purchasing Agent
r
I
I
al
OI
i
ml m
"a i
i
i
n i
m
ea
ai
rl aY
i
i
2i
r
I
i
1
I
1
1
I
�1
O
I
I
1
ml
13}
r
I
3
1
1
®I
C 1
p�
SO In
I
n
I
1
a I
I
r
fr
M
�
a s
I
-�
I
1
Fmii
g y
i
i
i
i
i
1
1
rQi
yl
m
i
1
I
I
HI
4
m
I
I
<
I
1
C} Z
C y r
1
I
^ Z
®
n
r
I
4 A
T
1
'
'
a
1
I
I
m
g
G
I
I
I
1
O
1
1
I
I
1
e44 f id -C) ! -)
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 21 day of APRIL _
A.D., 19 88, by and between THE CITY OF DENTON, TEXAS
of the County of DENTON and State of Texas, acting through LLOYD V.
HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
DICKERSON CONSTRUCTION CO. INC. LOUIS DICKERSON, PRESIDENT
P.O. BOX 181
CELINA, TEXAS 75009 214-382-2123
of the City of CELINA , County of COLLIN
and state of TEXAS , Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 9838 - UTILITY RELOCATION WOODROW LANE AT PECAN CREEK
PURCHASE ORDER # 84182 $84,829.00
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0044b
written explanatory matter thereof, and the Specifications therefore, as
prepared by CITY OF DENTON ENGINEERING STAFF
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
_ ,. ww _ 044�0-
NIFr WA .
CITY SECRETARY
ATTEST:
APPRO ED TO FORM:
City Attorney
CA-2
0044b
CITY MANAGER
(SEAL)
DICKERSON CONSTRUCTION CO., INC.
Party of the Second Part, CONTRACTOR
By
T tle L I SON, PR775"ENT
(SEAL)
Bond No# 30163733
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS: That Dickerson Construction Co..
Inc. , of the City of Celina
County of Denton and State of Texas
as PRINCIPAL, and Fidelity And Deposit Company of Maryland
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the CITY OF DENTON, TEXAS
as OWNER, in the' penal sum of EIGHTY FOUR THOUSAND EIGHT HUNDRED TWENTY-
NINE DOLLARS Dollars ($ 84,829.00 ) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 21 day of APRIL , 1988 , for the construction of
BID# 9838 WOODROW LAND UTILITY RELOCATION AT PECAN CREEK
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length.herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in DE NTON County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 21st day of April , 1988 .
Dickerson Construction Co.. Inc.
Principal
Title �.e ; S-e,, -
Celina. Texas 75009
214-382-2123
(SEAL)
Fidelity And Deposit Company of Maryland
Surety
Edward L. Moore
Title Attorney-Tn-Fart
Address 8810 Will Clayton Parkway
Humble, Texas 77338
713-540-1555
The name and address of the Resident Agent of Surety is:
Elsey & Associates
8810 Will Clayton Parkway, Humble, Texas 77338
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
Bond No# 30163733
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS: That Dickerson Construction Co..
Inc. of the City of Celina
County of Denton , and State of Texas , as principal, and
Fidelitv And Deposit Companv of Marvland
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON. TEXAS
, OWNER, in the penal sum of EIGHTY FOUR THOUSAND EIGHT
HUNDRED TWENTY NINE DOLLARS AND NO CENTS Dollars ($ 84,829.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 21 day of APRIL , 19 88 .
BID# 9838 - WOODROW UTILITY RELOCATION AT PECAN CREEK
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 21st day of April , 19 88
Dickerson Construction Co., Inc.
Principal
Title P�zS ! Ae,,- r
Fidelity And Deposit Company of Maryland
Surety
L��¢c,d" Z., e �
Edward L.Moore
Title Attorney -In -Fact
Address p_ 0_ Rox 181 Address 8810 Will Clayton Parkway
Celina Texas 75009 Humble,Texas 77338
214-382-2123 713-540-1555
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
Elsey & Associates
8810 Will Clayton Parkway, Humble, Texas 77338
PB-4
0092b
bona hof juioiii,5
14AINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: THAT Dickerson Construction
Co., Inc. as Principal, and Fidelity And De ositinCom an of Maryland
a Corporation authorized to do usess in the State of
Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of EIGHT THOUSAND FOUR
HUNDRED EIGHT -TWO DOLLARS & NINETY CENTDollars 8,482.90 , 10% of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said Dickerson Construction Co.. Inc.
has this day entered into a written contract with the said City of Denton to build
and construct BID# 9838 - WOODROW LANE UTILITY RELOCATION AT PECAN
CREEK
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of one (1) year, as herein and said contract provided, then these presents
shall be null and void and have no further effect; otherwise, to remain in full
force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the saidDirkprqnnInc.
as Contractor and Principal, s caused
these presents to be executed by The City of Denton. Texas
and the said Fidelity And Deposit Company of Maryland
as surety, has caused these presents to be executed by its Attorney -in -Fact
Edward L. Moore and the said Attorney -in -Fact has hereunto set his hand
this 21st day of April , 19 88 .
SURETY:
Fidelity And Deposit Company of Maryland
BY: zr 1z
Edward L. Moore
Attorney -in -Fact
0093b
PRINCIPAL:
MB-2
Dickerson Construction Company, Inc.
Ry 4
Title
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
UFIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES. BALTIMORE, MD 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice -President,
and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth the reverse A,. ereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, Tt ute and t(@p0t Ronald E. Elsey, Edward
L. Moore and Bruce C. DeHart, all of llwkt TeXas EACH..........
and as its act and deed: any and all bonds
Independent Executors, Community S
A—ha-tTie—execution of such bonds or undertakings lu',j
as fully and amply, to all intents and purposesrthe
officers of the respective Companies at the*lilEi¢es in
attorney revokes those isstte. vn be]
1986 and on behalf of Brum C Delia;
IN WITNESS WHEREOF, the said 8`� esid
the Corporate Seals of the said I ELi'FY AND
nd deliver, for, and on its behalf as surety,
..EXCEPT bonds on behalf of
tkoe presents, shall be as binding upon said Companies,
duly executed and acknowledged by the regularly elected
Md., in their own proper persons. This power of
Ronald E. Elsey, dated, November 19,
d, June 25, 1987.
sistant Secretaries have hereunto subscribed their names and affixed
)MPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
of_ —_December , A.D. 19-112
ATTEST: r"�DELITY AND DEPOSIT COMP Y OF MARYLAND
-------------------- ----
Assistant Secretary Vice -President
FIDELITY AND DEP/,O,SIITT COMPANY
saistant Secretary Vice -President
STATE OF MARYLAND I SS: ���///
CITY OF BALTIMORE
On this 21 st day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELI-
TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the
individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City
of Baltimore the day and year
first above written. ^�`-:ate' •�
��lot•srs tary Public
•t —
'L°" ' Jul 1 1990
•>Pr ors My commission expirea_�' �__^ _
CERTIFICATE
1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and
effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective
By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16tlyday of July, 1969 and of the Board of Directors
of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held onthe2nd day of November, 1978.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified cop) of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
21st--day of- -------- April -------- -------------- 1988. -
170-2526------ 04.40 0. -T
Assistant Secretary
I
PRODUCER
WILLIAM H. RATZ & ASSOCIATES, INC.
2925 BRIARPARK, SUITE 150
HOUSTON, TEXAS 77042
PHONE: (713) 953-0250
INSURED
Dickerson Construction Company, Inc
P. 0. Box 181
Celina, Texas 75009
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMTER v A OLD AMERICAN COUNTY TMUTUAL FIRE INS. CO.
LET
COMPANY B
LETTER
COMPANY C
LETTER
COMPANY p
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAT ED,
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 ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWDD^
POLICY EXPIRATION
DATE (MMIDDM)
ALI. LIMITS IN THOUSANDS
GENERAL
LIABILITY
GENERAL AGGREGATE
$ 1
COMMERCIAL GENERAL LIABILITY
PRODUCTS COMPIOPS AGGREGATE
$
CLAIMS MADE ❑ OCCURRENCE
PERSONAL & ADVERTISING INJURY
$�
OWNER S & CONTRACTORS PROTECTIVE
EACH OCCURRENCE
$
FIRE DAMAGE (ANY ONE HRE)
$
MEDICAL EXPENSE (ANY ONE PERSON)
$
AUTOMOBILE
LIABILITY
-
ANY AUTO
OSL
$ 500
i
I' t
ALL OWNED AUTOS
BODILY
t
NJIR
SCHEDULED AUTOS
P
IPFR PERSON)
$
TA 3 14 72 8
9-01-87
9-01-88
X
o-O
INJURY
HIRED AUTOS
NON OWNED AUTOS
AccflDENT)
$
f
GARAGE LIABILITY
{y,T
PROPERTY_
DAMAGE
X
utDs
$
EXCESS LIABILITY
=
"\•
EACH
OCCURRENCE
AGGREGATE
(`
OTHER THAN UMBRELLA FORM
STATUTORY
WORKERS' COMPENSATION
$ (EACH ACCIDENT)
AND
$ IDISEASEPOLICY LIMIT)
EMPLOYERS' LIABILITY
$ (DISEASE -EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
Re: Utility Relocation Woodrow
6
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Ek
City of Denton PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Purchasing Division MAILIO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
901-B Texas Street LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
Denton, Texas 76201 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS CILREPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
WILLIAM H. RATZ & ASSOCIATES, INC.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS (REVISED)
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ISSUE DATE OF THIS CERTIFICATE
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHOULD M8 6 1988
ANY OF THE POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, Y
THE ISSUING COMPANY WILL MAIL AU DAYS WRITTEN NOTICE TO THE CER- ISSUED AT
TIFICATE HOLDER NAMED: Sherman, Texas,
CERTIFICATE HOLDER
is
T❑ TEXAS EMPLOYERS' INSURANCE ASSN. -DALLAS, TX'
City of Denton
D❑ TEXAS EMPLOYERS INDEMNITY CO. • DALLAS, TX
Purchasing Division
O EMPLOYERS CASUALTY COMPANY• DALLAS, TX
901-B Texas Street
Denton, Texas 76201
3❑ EMPLOYERS NATIONAL INSURANCE CO. • DALLAS, T
7❑ EMPLOYERS CASUALTY CORPORATION -DALLAS, IX
JOB: Utility Relocation Woodrow
® EMPLOYERS NATIONAL INS. CORP. • DALLAS, TX t
E❑ EMPLOYERS OF TEXAS LLOYD'S • DALLAS, TX
ENSURED - __ - - -
Dickerson Construction Company
❑
P. 0. Sox 181
Authorized Represe i e
Celina, Texas 75009
(Signed)
Typed) gob ims istrict- Manager
COVERAGES
THIS IS TO CERTIFY THAT 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 ALL THE TERMS, EXCLUSIONS, AND CON06
TIONS OF SUCH POLICIES.
TYPE OF INSURANCE
CO.
POLICY NUMBER
POLICY EFFECTIVE
DATE IMM/DD/VY)
POLICY EXPIRATION
DATE (MM/DD/YY)
ALL LIMITS IN THOUSANDS
WORKERS' COMPENSATION
STATUTORY.,aa,`
$ 500 (EACH ACQOENT)
AND
1
WC-08558
03-05-88
03-05-89
$ 5D0 (DISEASE•POUCY LIMIT)
EMPLOYERS' LIABILITY *
500 IDISEASE-EACH EMPLOYEE) -
GENERAL
LIABILITY
GENERAL AGGREGATE
$ 1 000
$
COMMERCIAL GENERAL LIABILITY
PRODUCTS COMP/OPS AGGREGATE
$ 11000
CLAIMS MADE aOCCURRENCF
PERSONAL d ADVERTISINGINJURY
$ 5500
OYMERSBCONTRACTORS PROTECIIVE
3
CGL-827336
02-20-88
02-20-89
X
EACH OCCURRENCE
$ 500
FIRE DAMAGE (ANY ONE FIRE)
$ 50
MEOICAL EXPENSE (ANY ONE PERSON)
$ 5
AUTOMOBILE
LIABILITY
a �' y� _�:_
ANY AUTO
CSL
ALL OWNED AUTOSMURY
ar s- s
SCHEDULED AUTOS
(PER PERSON)
HIRED AUTOS
ODDLY
INJURY
s s' r� ":
a�
�+
NON OWNED AUTOS
(PER
ACCIOJIM
GARAGE LIABILITY
PROPEmY
'•6'a-� i
DAMAGE
$
a ;'_
EXCESS LIABILITY
' s<`sc
�H
OCCX NCIII
AGOREGARI
Umbrella Liability
3
UL-654277
02-20-88
02-20-89
d§ y
$ 1,000 $
1,000
OTHER THAN UMBRELLA FORM
OTHER
*Excludes Masters & Members of the Crews of Vessels..
City of Denton is named as Additional Insured.
cc: H. 0. Assigned Risk Unit
TECO 17993-A (9-07)
CITY OF DENTON
MINIMUM INSURANCE 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-7
Insurance Requirements
page two
To the extent that 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 Contactor.
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
writing. Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI-2
01/13/87
CERTIFICATE OF INSURANCE
CITY OF DENTON
Name and Address of Agency
City of Denton Reference:
Project Name:
Project No:
Phew,
Project Location:
Managing Dept:
Name and Address of Insured:
Companies Affording Coverage=
A
B
Phan
C
This is to certify that policies of insurance
listed below have been issued and are in force at this time.
Latter T of Insurance
Pal i Number Date ' Limits of LL[W I i y
n Thousands (000)
CoMral repave general Liability
Occurrence
$
- Claims Made (see /2-reverse)
Bodily Injury
Broad Fong to Include:
- Premises/Operations
- Independent Contractors
Property Damage
=
Bodily injury and Property
Damage Cc* Inod
$
- Products/Completed Operations
- Personal injury
-Contractual Liability (see III -reverse)
- Explosion and Collapse Hazard
- Underground Ha{{zyyard
- FirLiabilityCover
/S-reverse)
- Broad Form Property Damage
- Professional Errors/Omissions
- occurrence
- claims made (see i2-reverse)
Comprehensive Automobile
Liability
Bodily Injury/Person
Bodily Injury/Accident
j
$
- Owned/Leased Automobiles
- Non -owned Automobiles
property Damage
_
- Mired Automobiles
Bodily Injury/Property
Damage Combined
$
- Yorkers' Compensation and
Employers' Liability
StatutoryAmount
$
ese ace an
Other Insurance
Description of Operations/Locations/Vehicles. The City of Denton is an additional insured as its interest may
appear as defined on the reverse side.
Nome and address of Certificate Holder.
I CITY (IF DWM, T(AS
PUfE MSM AGM
901-B TUAS SP
DEI M, IX 76201
2OS6g
CI-3
RDA. GAO 0b]
CONDITIONS
ALDITIONAG D?bZM: The City of Dental, its elected aid appambed officials, dicers
and employees. (This does not apply to Fbtiaer's Cmpmssatiolt.)
NOlYL= OF CANFLe' CN: Pria' to any material dgqp or cancellation, the City of
Denton will be Sven 30 days ahum written notice mailed to the stated address of the
Certificate Holder, City of Denton.
• • r 1 • �- P• •• r r • p• I OO- • • r1-
•• a _ • •1 _.w• .v uc• •� r - •• r • 14Ir - - - � r• •• P .
•• r . •i
r"PMMW1'W-_0V
'•1 •• Y '.c• • a• •are i or •• a • •- •- - u� u-JdVjnW
• • •.vLda-. Contianz •• - _ for tkelifeof the amtrmct, plus one
Ji • Provide WwaW for I.;arrertty •0. ••anda extended diswvery
1W•• for mirdinim•.years which e bqon atthe3 • •'. the %arrmty
period.
omztn� or alteration of City-cwnBd or leased facilities). Troxmce
bc) cover bAldftw, contents (whom applicable) and penurimtly
eqnpmt with respect to px4mV to stnxtures or portions
stzucbxw If suchIan:•.-is •-: �c1 by the peril of fire and clue to
oper—WAcm ce the contractor. Limit of liability is to be a winimim
11 111
CI-4
P 11
BID # -9838
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
WOODROW LANE BRIDGE AT PECAN CREEK UTILITY
IN
DENTON, TEXAS
COVED
NTON
DEPT.
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
It is understood and agreed that the work is to be completed in
the number of days shown on the bid tabulation sheets.
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 is case of the acceptance
of the proposal, the bidder shall fail to execute a contract and
file a performance bond, a payment bond, and a insurance
certificate within fifteen days after its acceptance, in which
case the bid security shall become the property of the Owner, and
shall be considered as payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure of
the bidder. It is understood that the Owner reserves the right to
reject any and all bids.
The undersigned hereby proposes and agrees to perform all work of
whatever nature required, in strict accordance with the plans and
specifications, for the following sum or prices, to wit:
M,
Utility Relocations - Woodrow Lane Bridge
BID N0. 9838
PO NO.
BID TABULATION SHEET
ITEM DESCPTPTTON OrTANTTTV TTMTT
T7MTm DDTrP mnm Sr.
Contractors Warrants
1.21
and Understandings
LS
2.12.8
18' Ductile Iron Pipe
176
LFil•
LF
I S ;t«: ,
2.13.2
2' Air Release Valves
2
EA
I5o_ /EA
Install 20' concrete
6.7.3
cylinder water line
295
LF
G;LF
17, lac -
Install 16' gate valve a
6.7.3(k)
enclosure on exist. water
1
EA
dCW/EA
ccc).
7.4
Concrete encasement
71
CY
w
dc- CY
)LX
7.6
5' Concrete Manhole
4
EA
m /EA
I41Cu •
Barricades, warning '
8.1
Signs and Detours
LS
�_
7 v. LS
3. 7s - Lr
SP-5A
30' Gage 10 steel casing
40
LF
M. /LF
Z,c�c,�
24' Split sleeve
SP-5B
steel casing (gage 10)
40
LF
l5.`' LF
�.cuh.G
SP-10
Rock excavation
50
CY
/CY
2'SV.
Cut, plug, and remove ex-
SP-23B
istina 18' sanitary sewer
1
EA
3 cz%,.: EA
T cvo,'
SP-24
Rebuild exist. Manhole
3
EA
10M.X- EA
SP-37
Excavation protection
12,060 1
SF
So SF
6 0;0.-
SP-39
Pro ect Sign
2
EA
Cut and Remove Existing
SP-40
20' Water Line
1
EA
Si u. Ep,
S,cnc.
\
TOTAL
P - 3
Bid-9838
TOTAL BID PRICE IN
BID SUMMARY
41
J Fr
w
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
compli•-nce 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.
D:cke'�1ar'.!
CONTRACTOR
BY4z
Strebt Ada-ress
(f�a // "o ,:22
City and state
Seal & Authorization
( If a Corporation) ltgZ-7/IZ
Telephone
P - 4
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
ffoFIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES: BALTIMORE, MD. 21203
BID BONA
KNOW ALL MEN BY THESE PRESENTS:
That \re Dickerson Constx?dGtxRn..Q=paaay.,..Znc_......._.. ............................................................
Id
(n<re wrrn the n+nlr mld +JJmr ur Irlt+l titletle w We CYntr"top
...........................................................................I as Principal, (hereinafter called the "Principal"),
:utd..Fidelity And Deposit Comity of Maryland...••..,._•, of Baltimore, Maryland, a corporation duly organized
tltnr umurt 'he u+u,<w it,. Siimy)
under the I.t\cs of the StatC of Maryland, as Surety, (hereinafter called the "Surety") areheld and firmly bound
(Into City of Denton
----..mien.. e ..mv ...................... title tif.................................
p lure mien U,r a+tilt and +,Wnw m IrC+1 uqr w tlm Uw„<r)
..................................................................................................................................................................................................
..................................................................................................................as Obligee, (hereinafter called the "Obligee"),
in the sum of ...... Five ... Percent of the„Greatest••.Afl'Ann.t..Bzd...........................Dollars ($...5%. G:AzB... )
for the payment of which sum well and truly to be etude, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for ...... 9838,,,, W4.RdF.9 ..bdnO.. At..1'.Pratt..................
...........Creek Ut.Uity...Rqt1.Qrat;.an................................................................................................................................
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform
the work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect.
Signed and sealed this .................. .3t:d................................... y March ...........A.D. 19..88..
IVil�yers
l
•, Dcke�,�9n.. �anslisvc>~xsn..CvmAanx.....Inn(Suwt.}
Principal
................................:............................Tula...................
6a FIDELITY AND DEPOSIT CONIPANY OF MARYLAND
❑ FIDELITY AND DEPOSIT COMPANY
Surety
L,
Kathy Lake Wilness
CLS T\,—
.4yvu.�+1 Ly '1 h.• .\uv". tin li•.uuuv of .\,.lu, r.,a.
A Jlu I'. h, nun' 1.4Y I!Ymuu.
B �1 3: GC:... J.. ........(SUAL)
Edward L. Moore Titk
Attorney —In —Fact
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
o o FIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES. BALTIMORE, MD. 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice -President,
and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, constitute and appoint Ronald E. Elsey, Edward
L. Moore and Bruce C. DeHart, all of HuntbLe, Texas;. EACH..........
ttie true and lawfulagent and Attorney -in -Fact of each, tr-thake, execute, seal and deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and,underta�izs... EXCEPT bonds on behalf of
Independent Executors, Community Stiry vors agd;;Community Guardians
n t of such bonds or undertakings1h',pursuance oftllese presents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes,. a9 if they had been duly executed and acknowledged by the regularly elected
officers of the respective Companies at theirofficee in Baltimore, Md., in their own proper persons.This power of
attorney revokes those issue& on behalf:-bf Ronald E. Elsey, dated, November 19,
1986 and on behalf of BrueC, DeHart—,.,dated, June 25, 1987.
IN WITNESS WHEREOF, the said [fibs -Presidents and., eaistant Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FIDEL , Y AND DEL'651`i' COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
thi 21st `' day of December A.D. 19_8_Z
ATTEST: FIDELITY AND DEPOSIT COMPAN}FIOF MA L�
nn I
SEAL 3
Assistant Secretary V ce-President
FIDELITY AND 7aue,
SEAL f?
Assistant Secretary ice-Preside�t
STATE OF MARYLAND 1
CITY OF BALTIMORE
On this 21st )day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELI-
TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the
individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
their signatures as each officers were duly affixed and subscrRted to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Oft' ' Sedwt a C-qV of.Baltimore the y and year
first above written.
asd s
+ Ndlky Public
c
+oar e' July 1, 1990
My commission expires
CERTIFICATE
I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and
effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -
Presidents specially authorized by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2 of the respective
By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors
of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
3rd day of March , 19_aa
170-2526
0.tte,T
—� Assistant Secretary
DATE April 19, 1988
TO
CITY COUNCIL REPORT
Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID # 9842 Taylor Park Storm Drainage
RECOMMENDATION:
We recommend this bid be awarded to the total low bidder, of projects
C,D,F & G, Calvert Paving Corp in the amount of $291,572 36
SUMMARY:
This bid was submitted including drainage on sections A, Lindsey Street,
B, Willowood Street, C, Dudley Street, D, Alley, E, Parvin Street, F,
McCormick Street, and G, Project Signs The bids were received and opened
at 2 PM on April 4, 1988 When the bids were tabulated we found that
Funds of $471,999 28 were not available for the complete Storm Drainage
Project We then selected three basic larger projects B C F & G to
complete at this time The total low bid for these project was
$291,572 36 as submitted by Calvert Paving Corporation This then is
recommended for approval
BACKGROUND:
Tabulation Sheets, Memo from Jerry Clark City Engineer
apital Improvements Program and Citizens in Taylor Park Area
FISCAL IMPACT:
436-020 G087-8715-9105 There is no additional impact on the
General Fund
Respect ully submitted
o Harr
Cit Manager
�epared by
Name o ny Marshall, P M
Title^ Purchasing Agent
Approved
z -,
mej o J Marsh 11, C P M
�jjtle Purchasing Agent
CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200
MEMORANDUM
DATE April 11, 1988
TO John Marshall, Purchasing Agent
FROM Jerry Clark, City Engineer
SUBJECT Taylor Park Storm Drainage
Bids on the Taylor Park Storm Drainage Project have been
reviewed by the Engineering Division It is our recommendation
that the low bid of Calvert Paving Corporation on (C ) Dudley
street, (D ) Alley, (F ) McCormick Street Channel and SP-39 2
Project signs, should be accepted This bid is in the amount
of $291,572 36 with 47 5 work days
From observing bids on this project and other recent bids, it
appears that the period of receiving one or two very low bids
has come to an end Apparently, the less stable contractors
have retired from the market, and the survivors have enough
work to keep them in business This will obviously make our
tight project budgets more difficult to stretch
J e r 1 `r'fc ,
0548h
�1 m
S
4]'�
T
Cf
n
rgii
yi
CI O
�
I
4Y
I
I
ml
CI
xl
ml
�I qp
I
I
1
1
zl
til
OI
I
1
til
i
i
1
I
O
1
1
I
I
1
I
I
1
I
I
I
I
1
I
1
1
11
I
yl
I
1
1¢1
191
OI }
ill N
I
1
I>fi 1
m I
I
u
I
TI
Ni
yl
�
S
Ill
�I
u
r
I
I
Clil
y
H
Cl
Ire
I
m
1
1
J[I
'A1
y
'AC
m
H
^gyp
1
1
n
1
1
UI 1
.pl
1
1
S 1
pl
~
1M
u
1
I
UI I
I
rgw I
I
1
1
I
1
1
1
I
I
1
I
I
ml
1
1
m
l9
l
1'9
i
X � [xP
y®
1JyI
®
_
1
1
Cp)
�
n
1
yp
O^^^���
N
N
}
i
Z
i
b 9
IllyyyT
/1Wpi
�
�
lD
I
1
A
J}I
/)♦
�
I®y
Ip
{lYy�
1)0
fPI1
10
1
�
pti_
x
_
1
I
1
1
pn
Z q
s
f.Jl
�pp
14
1Wy
V
w
C
i
n
N
ly
N
W
P
1
�.1
1
I
ti G
x
1
n
I
1
�
NIW
m
N
I
G
I
'pmV c
Ip
V
�
N
1?J1
i
O
i
ti m
�
R.11
U
iZl
I
Ci
pN�
®V
m
1
1
x
IT
®
1♦0
O`
I
n
u
j
I
I
1
1
�
1i`
IID
19
N
A
�
1
I
1
n
v 93
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 21 day of APRIL
A.D. , 19 88 , by and between THE CITY OF DENTON, TEXAS
of the County of
DENTON
and State of Texas, acting through
LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized
Party of the First Part, hereinafter termed the OWNER, and
CALVERT PAVING CORPORATION
so to do,
P.O. BOX 268
DENTON, TEXAS 76202
of the City of DENTON County of DENTON
and state of TEXAS Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 9842 - Taylor Park Storm Drainage Sections C, D, F and SP-39
PURCHASE ORDER# 84180 - $291,572.36
To be Completed in 47.5 workine days from date of notification to start.
and ali extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0044b
written explanatory matter thereof, and the Specifications therefore, as
prepared by
CITY OF DENTON ENGINEERING STAFF
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
qR TERS
SECRETARY
ATTEST:
APPROVED AS TO FORM:
City Attorney -�
CA-2
0044b
(SEAL)
CALVERT PAVING CORPORATION
Party of the Second Part, CONTRACTOR
By
Title Ed Calvert-Pr—e-9Te—nT--
(SEAL)
I ' -
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON)(
KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corporation
, of the City of Denton
County of Denton , and State of Texas
as PRINCIPAL, and SecurifX National Insurance Co
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the CITY OF DENTON. TEXAS
as OWNER, in the penal sum of TWO HUNDRED NINETY-ONE THOUSAND FIVE HUNDRED
SEVENTY-TWO & 36/ Dollars ($ 291,572.36 ) 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 Princ pal has entered into a certain written contract
with the OWNER, dated theay of APRIL 19 88, for the construction of
BID// 9842 - TAYLOR PARK STORM DRAINAGE
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall, be void: otherwise to remain in full force and effect;
r �
PB-1
y
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the.
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in DE NTON County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 19th day of May 1 19 88
Calvert Paving Co porn ion
Principal
By l
Title
Address P 0. Box 268
Denton, TX. 76202
Surety
Title Attorne
-Fact
Address P.O. Box 225028
Dallas, TX. 75265
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is: -
Ramey, King & Minnis
707 FirstState Bank Bdle. Denton TX. 76201
NOTE: Date of Bond must not be prior to date of Contract.
0091b
PB-2
Co.
r
TheTrinit....y
Companies
Dallas, Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III,
RANDALL L. MINNIS, OR JEFF P. KING - DENTON, TEXAS
its true and lawful Attorney(s)-i n- Fact, with full authority to execute on its behalf fidelity and surety bonds
or undertakings and other documents of a similar character issued in the course of its business, and to
bind the respective company thereby.
EXCEPT NO AUTHORITY IS GRANTED FOR:
1. Open Penalty bonds.
2. Bonds where Attorney(s)-in-Factappear as a party at interest.
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents
this4TH day of /FEEBBRRUUAA%RYY iv 87
E ARY-VIT CE PRIES. JAMES G. DR WERT, PRESIDENT
AUTHORITY FOR POWER OF A
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of
Directors on the ]at day of March, 1976 and of which the following is a true, full, and complete copy'
"RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies
unto such person or persons residing within the United States of America, as they may select, Its Power
of Attorney constituting and appointing each such person its Attorney - in - Fact, with full power and author-
ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to
which such Powers of Attorney may be restricted, to be in each instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in - Fact and Officers of the Companies, including Assistant Secre-
taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-m-
Fact.
RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac-
simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereinabove authorized."
CERTIFICATION OF POWER ATTORNEY
I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
if,,s 19th day of May 9 88 .
n0by �Siiiii�lels�/O i�UyNnBpu„
— JUDITH E. FAGAN, CORP. SECRETARY
SEatLf� :fz 2 = ==:SEAL'=_
1 w �Zyuiunnnn000�$ r�b++rumma°�`
B-3894
REV. 3-82
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corporation
of the City of Denton ,
County of Denton , and State of Texas
as principal, and
Security national Insurance Co.
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON, TEXAS
, OWNER, in the penal sum of TWO HUNDRED NINETY-ONE
THOUSAND FIVE HUNDRED SEVENTY-TWO & 36/100 Dollars ($ 291,572.36 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 21 day of APRIL 19 88
BID# 9842 - TAYLOR PARK STORM DRAINAGE
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosectiou of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
r
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 19th day of May , 1988
falvarr Paving rnrinrarinn
Principal
By
Title Al kay (-Jew
Title
••. •
MIMMMMM
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
0092b
Ramey, Ring & Minnis
PB-4
r
TheTrinity
'.°' Companies
Dallas, Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III,
RANDALL L. MINNIS, OR JEFF P. KING — DENTON, TEXAS
its true and lawful Attorney (s)-In-Fact, with full authority to execute on its behalf fidelity and surety bonds
or undertakings and other documents of a similar character issued in the course of its business, and to
bind the respective company thereby.
EXCEPT NO AUTHORITY IS GRANTED FOR:
1. Open Penalty bonds.
2. Bonds where Attorney(s)-in-Fact appear as a party at interest.
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents
this 41N day o ay of FFRRIIARY 19 87
E ARY-VIT CE PRIES. G. DR WERT, PRESIDENT
AUTHORITY FOR POWER OF A
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of
Directors on the 1st day of March, 1976 and of which the following is a true, full, and complete copy:
RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies
unto such person or persons residing within the United States of America, as they may select, Its Power
of Attorney constituting and appointing each such person its Attorney - in - Fact, with full power and author-
ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to
which such Powers of Attorney may be restricted, to be in each instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in - Fact and Officers of the Companies, including Assistant Secre-
taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in -
Fact.
RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac-
simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons heretnabove authorized."
CERTIFICATION OF POWER ATTORNEY
I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
19th May 88
this day of 19.
min Apotnxxxr� - ao\aomiumi
�i-�4?'••,••*..,•4L. '
{ 3 ?: 3 - JUOITH E. Fq GqN, CORP. SECRETARY
ssISEa.L1; _;iSEAL3_ ==;SEAL;=
Z,y • 1D
a-3894
REV. 3-82
14AINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS: THAT Calvert Paving
Corporation as Principal, and Security rational Insurance Co.
a Corporation authorized to do business in the State of
Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of Twenty nine thousand one
hundred fifty-seven dollars and twenty-three cents Dollars 29.157.23 , 10 of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said Calvert Paving Corporation
has this day entered into a written contract with the said City of Denton to
and construct BID# 9842 - TAYLOR PARK STORM DRAINAGE
whit contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of'acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements' contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective_ conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MR-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of one (1) year, as herein and said contract provided, then these presents
shall be null and void and have no further effect; otherwise, to remain in full
force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the said Calvert Paving Corporation
as Contractor and Principal, has caused
these presents to be executed by Ramey King &-Minnis
and the said ___a, Insurance Co.
as surety, has caused these presents to be executed by its Attorney -in -Fact
Terrell W. king. III and the said Attorney -in -Fact has hereunto set his hand
this lctthday of May 19 $3 .
SURETY:
0093b
PRINCIPAL:
Calvert Paving Corporation
MB-2
V
TheTrinity
:::: Companies
Dallas, Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS.
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III,
RANDALL L. MINNIS, OR JEFF P. KING — DENTON, TEXAS
Its true and lawful Attorney(s)-In-Fact, with full authority to execute on its behalf fidelity and surety bonds
or undertakings and other documents of a similar character Issued In the course of Its business, and to
bind the respective company thereby.
EXCEPT NO AUTHORITY IS GRANTED FOR.
1. Open Penalty bonds.
2. Bonds where Attorney(s) -in-Fact appear as a party at Interest.
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents
this41H day of of FEBRUARY 19 87
ARY JAMG. DR WERT, P—R/EZS'IDEN�
E -VI
AUTHORITY FOR POWER OF ATTORNEY
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of
Directors on the lst day of March, 1976 and of which the following is a true, full, and complete copy:
RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies
unto such person or persons residing within the United States of America, as they may select, its Power
of Attorney constituting and appointing each such person its Attorney - in - Fact, with full power and author-
ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of Nobility to
which such Powers of Attorney may be restricted, to be in each instance specified in such Power of
Attorney,
RESOLVED, That any and all Attorneys -in - Fact and Officers of the Companies, including Assistant Secre-
taries, whether or not the Secretary is absent, be and are hereby outhorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recognizonces, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in -
Fact
RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac-
simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereinabove authorized."
CERTIFICATION OF POWER ATTORNEY
I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
19th
- this
nmv, —
=sEax,;
oup0rmm=t�� sooy�=uviof,°°r,�
- - ♦ rib-a,•L���
-
:F :gY
;:SEAL;_ ='SEAL;="
'ry2Mr0Mp3=p=p0`J �r�tYln!•n.,t=\
May 88
day of 19.
JUDITH E AN,COP.SECRETARV
a-3eaa
REV. 3-32
ISSUE DATE (MMIDDII
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Ramey, King & Minnis COMPANIES AFFORDING COVERAGE
707 First State Bank Bldg.
Denton, TX. 76201 COMPANY A
LETTER AMERICAN GENERAL
COMPANY
INSURED LETTER
Calvert Paving Corporation COMPANY
P.O. BOX 268 LETTER C
Denton, TC. 76202 COMPANY D
LETTER
COMPANY
LETTER
THIS IS TO CERTIFY THAT POLICIES OFINSURANCE LISTED BELOW HAVE BEEN ISSUEDTO 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 ALL THE TERMS, EXCLUSIONS, AND CONDI-
TInuS OP SIICLI PnI KIPS.
CO
LTA
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFKCTIVE
DATE (MM/DONN)
POLICY EXPIRATION
DATE IMMIDWYY9
LIABILITY LIMITS IN THOUSANDS
-
'
EACR
OCCURRErvCE
AGGREGATE
A
GENERAL
LIABILITY
COMPREHENSIVE FORM
ECA81013666
10/3/87
10/3/88
BODILY
INJURY
$
$
X
X
PROPERTY
DAMAGE
$
$
.z.
PREMISESIOPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
X
X
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
COMBINED
$
500
$
500
»h
X
X
X
BROAD FORM PROPERTY DAMAGE
`s`,
PERSONAL INJURY
PERSONAL INJURY
$
.ZA
'Pilo
X
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV. PASS)
ALL OWNED AUTOS (OTHER THAN)
PRIV PASS
HIRED AUTOS
NON -OWNED AUTOS
GLM09391099
10/3/87
10/3/88
&AiIY
RE; HftsOhI
$
Pik
a(`�
cfi
gJ
x
X
BOD'LY
WAVYn(,
(PER ACOWJT)
$
x
x
PROPERTY
DAMAGE
$
X
BI C TO
COMBINED
$500r:4�
GARAGE LIABILITY
iy
�#
A
EXCESS LIABILITY
x UMBRELLA FORM
enewal of
UB38734183
6/36/88
6/30/89
COMBINED$5,000
$5,000 ?
b
OTHER THAN UMBRELLA FORM
A
WORKERS'
ANDCOMPENSATION
EMPLOYERS' LIABILITY
Renewal of
TC821196985
6/6/88
6/6/89
STATUTORY
$ O� (EACH ACCIDENT)
$ 6 (DISEASEPOLICY LIMIT) s {
$ OO (DISEASE -EACH EMPLOYEE)};
[OTHER
b)
DESCRIPTION OF OPEHATIONSILOGAIIONS/VEHICLtffiSHtGIAL U tMb
City of Denton
Denton, TX. 76201
SHOULD
OF
Y-OFTfle BOVE DESCRIBED POLICI BEV ELLED BEFORE THE EX-
DATE- TFjEREOF, THE } U MAP Y WILL ENDEAVOR TO
E
DAYS KITTEN NO T CA7E MOLDER NAMED TO THE
AILUR O MAIL SU T S A OSE NO OBLIGATION OR LIABILITY
CERTIFICATE OF INSURANCE
CITY OF DENTON
Name and Address of Agency
Ramey, king & NIinnis
707 First State Bank Bldg,
Denton, TX. 76201. Phone 382-9691
Name and Address of Insured:
Calvert Paving Corporation
P.O. BOX 268
Denton, TX. 76202 387-6831
Phone
City of Denton References
Project Naar: Taylor Park Storm Drainage
Project No: Bid i�9842
Project Location:
Managing Dept:
Comrwnles Affording Coverages
A, AMERICAW GENERAL
B
C
This Is to Certify "het policies of Insurance listed below have been Issued and are In tarp at this time.
mpany Expiration Limits of Liability
t T of Insurance Pali Number Date In Ogg
A
fmPr4h nrasnicew general Liability
ECA8101366
10/3/
8
�rrw
- Claims Medll (see /2-reversw
Bodily Injury
$
Broad Fowl to Includes
XPrsmises/Operations
DWAP
Prow";
aclndspendent Contractors
Bodily injury and Property
5 0 0/
Product' i/Camptoted Operations
XContractualjLiabtlify (see il-rawrse)
Damage Comb inod
:
XExplosion and Collapse Hazard
-XIInderground Hazard
XLiquor Liability Coverage
Liability (see revers
XBBrooaad F�l ormPropm lD
- Professional Errors/Omissions
- occurrence
- claims mods (sae 112-raysrioi
A
Catprehonstw Autommbtis
liability
GLi•10939109
Bodily Itljury/Person
=
10/3/8
Bodily Injury/Acatdent
$
Property Damage
$
KOwned/Leased Automobiis&
XMon-owned AutCmobI Ias
X Hired Automobiles
Bodily Injury/Property
Dmrg. Combined
$ 500
A
- Market's' Camipansation and
Employers' Liability
�or� pit
it� On/S 8'500
C821196985
6/6/8.8
each acciftnt
A
Other Insurance
'UMBRELLA
UB38734183
6/30/H
5,000/5,000
Description of Operatlons/Laations/Vehicles. The City of Denton is an additional insured as its Interest may
appear as defined on the reverse side.
•
•IY•• I D I to 1no.
//�/�
10
i
1� • Y •.1
•11 YY• IJ'.'�DI 11- b • />I r•1 r: - u :1• ,••• 1 u •"' w- a •a -
•Y• / •D :1Y• : ri c •IC • r••- -1w.1 n- ••
PIN
w v. '• •a. A • lol r•
1• •rIL r -- �• 1- ••Ir : r • G• 1 11 -'1• • H-
to _jWQ4'
• • I • u • w • • . •• S. r1- • r1' HI • • •1'
•• • ill •1 •kAm 11 • -, -low. og-gtyA
r• •• - • 1 •11•s ••1 c•♦: 1- - -•• r.• - -1• •c <lu for c•
., -in •I< • q- ••1 r - u ur • • r• •' nl 11 i
11 /11
CI-4
CITY OF DENTON
Addendum #1
PURCHASING DEPARTMENT
DATE: OPENS April 5, 1988 BID NUMBER:
BID TITLE: TAYLOR PARK STORM DRAINAGE
#9842
7
Sealed Bid Proposals will be received until 2:00 p.m. APRIl_ 5, 1988
at the Office of the Purchasing Agent 901-B Texas Street, Denton, Texas 76201-4229.
John J. Marshall, C.P.M.
Purchasing Agent
(817) 566-8311
ADDENDUM IF I
INSTRUCTIONS TO BIDDERS
Calvert Paving Corp.
P.O. Box 268
Denton, TX 76202
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 •B 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
a. 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.
& 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 Clly of Denton reserves the right 10 reject any and all bids, to waive all informalities and require that submitted bids
remain In lore for a sixty (6% day period alter opening or until award Is made. whichever comes first.
& The quantities shown maybe approximate an6 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 contenti of this bid with the City of Denton or its representatives
prior to award shall be pounds for disqualifications.
12. The conditions and terms of this bid will be considered when evaluating tar award.
13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-8)
BID# 9842 TAYLOR PARK DRAINAGE
PAGE P-12
ITEM 8.15, (CONCRETE RIP -RAP) on the McCormick Street Channel portion of Taylor
Park Drainage should read 1,%5 square yards rather than 647. square yards.
PLEASE INCLUDE THIS ADDITIONAL CONCRETE RIP -RAP IN THE BID.
Taylor Park Drainage
(McCormick Street Channel)
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
WORK DAYS 15
BID NO. 9R49
PO NO.
UNIT PRICE TOTAL
1.21
Contractors Warranties
and Understandings
LS
3-A.2
Remove Concrete Rip Rap
26
SY
/SY
3.1
Preparation of
Right -of -Way
LS
3.3
Channel Excavation
410
CY
/CY
3.7
Compacted Fill
644
CY
CY
8.15
Concrete Rip -Rap
/ 9
SY
/SY
SP-10
Rock Excavation
0
CY
CY
Grand Total
P - 12
B I D # 9842
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
Taylor Park Drainage.
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 cdlsidered 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
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
sand specifications, for the following sum or prices, to wit:
P - 2
Ta11ot Park Drainage
(Lindsey Street)
BID NO. 9942
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
Contractors Warranties &
1.21
Understanding
LS
OAS
2.11.5
Inlet Frame and Cover
6
EA
'2o.�' EA
is
2.12.3-A
15' RCP Storm Sewer
85
LF
/LF
2.12.3-C
211 RCP Storm Sewer
254
LF
_20 " /LF
o5r
2.12.3-D
24' RCP Storm Sewer
84
LF
��'� LF
2.12.3-E
30' RCP Storm Sewer
28
LF
/LF
24" Class IV RCP Storm
2.12.3-I
Sewer
474
LF
3,0 /LF
300 Class IV RCP Storm
2.12.3-K
Sewer
40
LF
4/0 /LF
3-A.1
Remove Concrete Pavement
5
SY
Ia." /By
3-A.2
Remove Concrete Rip -Rap
4
SY
D'' /SY
Remove Concrete Curb &
3-B
Gutter
210
LF
S `"' /LF
Preparation of Right-
3.1
Of -Way
LS
/� nv ' /LS
ib
20. Asphalt Patch Material
5.7-B
(Type D)
65
TON
So'" /TON
5.8-A
60 Concrete Pavement
5
SY
%�'�'' /SY
7.6.A-5
10' Curb Inlet
5
EA
`"/EA
10' Special Curb Inlet
7.6.A-12
(T I)
1
EA
/�v " EA
Barricades, Warning Signs
8.1
& Detours
LS
0 LS
8 .2-A
Concrete Curb & Gutters �_
95
LF
/o ' 1-/LF
8.15
Concrete Rip -Rap
3
SY
SY
SP-2
Concrete Saw Cut
55
LF
/LF
/Y- o
SP-4
Lower Waterline
3
EA
isa'" " EA
SP-10
Rock Excavation
0
CY
" /CY
SP-21
French Drain
50
LF
/LF
Stx�
SF-27.A
Adjust Water Service
8
EA
Via' EA
SP-27.B
Adjust Sewer Service
8
EA
�K%EA
Grand Total
P - 3
Taylor Park Drainage
(Willowwood Street)
ITEM DESCRIPTION
BID TABULATION SHEET
QUANTITY UNIT
WORK DAYS 40
BID No. 9842
PO NO.
UNIT PRICE TOTAL
Contractors Warranties &
1.21
Understanding
LS
'//LS''
_
2.11.5
Inlet Frame and Cover
6
EA
/EA
2.12.3-A
15' RCP Storm Sewer
40
LF
2.12.3-C
21' RCP Storm Sewer
78
LF
/LF
2.12.3-D
24' RCP Storm Sewer
137
LF
,-' /LF
21' Class IV RCP Storm
2.12.3-H
Sewer
40
LF
/LF
loon "
24' Class IV RCP Storm
2.12.3-I
Sewer
32
LF
30'` /LF
36' Class IV RCP Storm
2.12.3-L
Sewer
252
LF
/LF
2.12.3-N
4'! X 2' Box Culvert
150
LF
/LF
n o
2.12.3-P
4' X 3' Box Culvert
151
LF
irk' /LF
2.14
Fire Hydrant
1
EA
i7o, /EA
3-A.1
Remove Concrete Pavement
35
BY
a'` /SY
3-A.2
Remove Concrete Rip -Rap
20
SY
i0"/SY
��'"✓
Remove Concrete Curb &
3-B
Gutter
154
LF
' /LF
Preparation of Right-
3.1
Of -Way
LS
`'/LS
2' Asphalt Patch Material
5.7-B
(Type D)
50
TON
Sn ` /TON
5.8-A
6' Concrete Pavement
35
SY
`'/SY
5 X 5 Junction Box &
7.6.A-1
Cover
6
EA
-'SEA
7.6.A-3
6' Curb Inlet
1
EA
•J
/. :? /EA
/5�'
7.6.A-5
10' Curb Inlet
2
EA
i>Oo' /EA
30vo``J
4' Special Curb Inlet
7.6.A-6
(Tvoe iI)
1
EA
e'-O �'/EA
/OX5 v
6' Special Curb Inlet
7.6.A-8
(Type IV)
1
EA
/15-00 '/EA
Scup"
10' Special Curb Inlet
7. 6. A-11
(Type III )
1
EA
/�lj " -/EA
/50o
Barricades, Warning Signs
8.1
& Detours
LS
/} /LS
8.2-A
Concrete Curb & Gutter
73
LF
A9 /LF
P - 4
Taylor Park Drainage
(Willowwood Street Con't)
vBID -NO. 9842
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
8.15
Concrete Rip -Rap
18
SY
'` /SY
SP-2
Concrete Saw Cut
193
LF
` /LF
SP-4
Lower Waterline
4
EA
`'%EA
i �J
SP-10
Rock Excavation
0
Cy
/CY
r
SP-21
French Drain
50
LF
/0'0J /LF
Soo
SP-27.A
Adjust Water Service
3
EA
30X, "/EA
� v
SP-27.B
Adjust Sewer Service
3
EA
ti» `""/EA
a� y
SP-37
Excavation Protection
4235
SF
So /SF
0
Grand TotalO%!'�
P - 5
y'
Taylor Park Drainage
(Dudley Street)
BID NO. 9842
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION nDANTTTV t7NTT
TIMTm DDT(r mnmlr
Contractors Warranties &
1.21
Understandings
LS
/.? •• /LS
2.11.5
Inlet Frame and Cover
9
EA
'/EA
2.12.3-A
15' RCP Storm Sewer
459
LF
°`
21' RCP Class IV
2.12.3-H
Storm Sewer
653
LF
o "'
r r"
24' Class IV RCP Storm
2.12.3-I
Sewer
128
LF
7-o 'p LF
27' Class IV RCP Storm
2.12.3-J
Sewer
234
LF
'_ `` /LF
36' Class IV RCP Storm
2.12.3-L
Sewer
225
LF
LF
15' Class IV RCP Storm
2.12.3-M
Sewer
71
LF
x n ` /LF
Remove Concrete Curb &
3-B
Gutter
246
LF
:5- c' /LF
Remove Concrete Sidewalk
3-C
& Driveway
10
SY
%O"` /SY
/0(3 `
Preparation of Right-
3.1
Of -Way
LS
'%S
1'7oo_�
2' Asphalt Patch Material
5.7-B
(T Pe D)
97
TON
/TON
4=:5'i0'
7.4.5
Class A Concrete
3.23
CY
;nJ'CY
5 X 5 Junction Box and
7.6.A-1
Cover
5
EA
7.6.A-3
6' Curb Inlet
1
EA
/ oo ` /EA
/. w
7.6.A-4
8' Curb Inlet
1
EA
j�0_u "/EA
/_7ov' '
/
7.6.A-5
10' Curb Inlet
6
EA
/� k2 ' EA
�>=7j `
10' Special Curb Inlet �.
7.6.A-12
a I)
1
EA
:10/EA
00
Barricades, Warning Signs
8.1
and Detours
LS
/LS
�✓
8.2-A
Concrete Curb and Gutter
100
LF
% '� /LF
8.3
Concrete Sidewalk
10
SY
.20 SY
U%
P - 6
taylor Park Drainage
(Dudley Street Con't)
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
WORK DAYS 30
BID NO. 9847
PO NO.
UNIT PRICE TOTAL
8.15
Concrete Rip -Rap
28
SY
^;) `"/SY
SP-2
Concrete Saw Cut
75
LF
r /LF
150 `
SP-3
Reinforcing Steel
154
LB
SP-4
Lower Waterline
5
EA
% `-/EA
1-!5W
SP-10
Rock Excavation
0
Cy
/CY
SP-21
French Drain
50
LF
1G "� /LF
SP-27-A
Adjust Water Services
8
EA
SP-27-B
Ad ust Sewer Services
8
EA
<'; ` /EA
SP-33
Remove Concrete Inlet
1
EA
moo.+ ' /EA
`-Da
SP-37
Excavation Protection
4800
SF
So /SF
Grand Total
P - 7
Taylor Park Drainage
(Alley)
BID TABULATION SHEET
ITEM DESCRIPTION OUANTITY UNIT
WORK DAYS 50
BID NO. 9942
PO NO.
UNIT PRICE TOTAL
Contractors Warranties &
1.21
Understandings
LS
5%%LS
'y
2.11.5
Inlet Frame and Cover
8
EA
/EA
2.12.3-E
30" RCP Storm Sewer
790
LF
:7./LF
2.12.3-F
36" RCP Storm Sewer
329
LF
Sc3'`�/LF
i< �.Sa
300 Class IV RCP Storm
2.12.3-K
Sewer
99
LF
vo ` /LF
" 3
2.12.3-P
4' X 3' Box Culvert
156
LFO"ate/LF
3-A.1
Remove Concrete Pavement
164
SY
/0.�• /SY
3-A.2
Remove Concrete Rip -Rap
20
SY
/o' " /SY
vv
Remove Concrete Curb
3-B
Gutter
151
LF
S /LF
Remove Concrete Sidewalk
3-C
& Driveway
30
SY
o /SY
Preparation of Right-
3.1
Of -Way
LS
0,:-o %LS
3.3
Unclassified Excavation
103
CY
/0 /CY
/036,-''
3 1/2• Asphalt Base
5.7-A.1
(Type A)
717
SY
T ° /SY
`'�
5.7-A.2
1 1 2• Asphalt (Type D)
717
SY
U.'
/SY
c
2' Asphalt Patch Material
5.7-B
(Type D)
2
TON
/TON
'
7.4.5.
Class A Concrete
4.19
CY
G ov "/CY
5' X 5' Junction Box
7.6.A-1
and Cover \�
1
EA
/i /EA
" 0.3
4' Special Curb Inlet
7.6.A-7
(T a VI)
2
EA
11
/G4Xw"U /EA
6' Special Curb Inlet
7.6.A-9
(Type VI)
2
EA
iron `J/EA
8' Special Curb Inlet
7.6.A-10
(Type V)
1
EA
15. Po %EA
6' Special Curb Inlet
7.6.A-13
(Type VII)
3 1
EA
/'C)o ""/EA
Barricades, Warning Signs
8.1
and Detours
LS
/LS
G
8.2-A �
Concrete Curb & Gutter
28
LF
/G� µ /LF
JJ
P - 8
Taylor Park Drainage
(Alley Con't.)
BID NO. �
PO NO.
BID TABULATION SHEET
ITEM DESCRTPTTON OQANTTTV ❑NTT
t1NTT PPTCR Tl1Ta,
8.3
Concrete Sidewalk
40
SY
/SY
�]o
8.12-A
Welded Pipe Handrail 4'
2
EA
/EA
8.12-B
Welded Pipe Handrail 6'
S
EA
;Sa'" EA
750
8.12-C
Welded Pie Handrail 8'
1
EA
;eon` -/EA
8.15
Concrete Rip -Rap
682
SY
;D•" SY
1
SP-2
Concrete Saw Cut
80
LF
/LF
/Y `J
SP-3
Reinforcing Steel
424
LB
�'�J /LB
SP-4
Lower Waterline
4
EA
i �� /EA
„5i7j A'
SP-10
Rock Excavation
0
CY
/CY
SP-15.A
Adjust Water Valve
1
EA
s- .U:�
�6 EA
4ti>6 `l
SP-15.B
Adjust Man Hole
3
EA
/EA
a1.7
SP-21
French Drain
500
LF
iD' " /LF
Snsv oU
SP-27.A
Adjust Water Services
2
EA
-In�' /EA
'ci .5
SP-27.B
Adjust Sewer Services
2
EA
3CX1 u /EA
SP-37
Excavation Protection
12361
SF
.50 SF
SP-38
Trevira S unbound_Fabric
717
SY
/'� /SY
Grand Total
/417�? �. T'
P - 9
0
1
Taylor Park Drainage
(Parvin Street)
BID NO. 9842
PO NO.
BID TABULATION SHEET
ITEM DESCRTPTTON O❑ANTTTV TTNTT
TTNTT DT)TrV MnMAr
1.21
Contractors Warranties
& Understandings
LS
_
= /LS
2.11.5
Inlet Frame and Cover
5
EA
_'r;K> "" /EA
m
a,i.�
2.12.3-A
15" RCP Storm Sewer
96
LF
Cer /LF
U L,(- `
2.12.3-B
180 RCP Storm Sewer
275
1 LF
t 17(-elLF
t 7 5
2.12.3-E
300 RCP Storm Sewer
104
LF
' /LF
41C
2.12.3-I
242 Class IV RCP Storm
Sewer
135
LF
CS /LF
4,40 TO.d
2.12.3-M
151 Class IV Storm
Sewer
34
LF
ele /LF
3-A.1
Remove Concrete Pavement
20
SY
ee /SY
3-B
Remove Concrete Curb
& Gutter
130
LF
�CZ /LF
3.1
Preparation of Right-
Of -Way
LS
dB ILS
5.7-B
2' Asphalt Patch Material
(Type D)
35
TON
A >'� /TON
5.8-A
6' Concrete Pavement
20
SY
4 0 e /By
7.4.5
Class A Concrete
3.23
CY
d.C-0/CY�.v�
7.6.A-1
5' X 5' Junction Box
and Cover
2
EA
0 f1'/EA
7.6.A-2
4' Curb Inlet
1
EA
Cif c"'/EA
f ��
7.6.A-3
6' Curb Inlet
1
EA
IX EA
cC CT%
7.6.A-4
8' Curb Inlet , -
2
EA
_ Tee d/EA
7.6.A-5
10' Curb Inlet
1
EA
/ 1t'.e�EA
el4'
8.1
Barricades, Warning Sign;
and Detours
LS
LS
8.2-A
Concrete Curb & Gutter
44
LF
/LF
64 Z�no
8.15
Concrete Rip-RapRip-Rap
58
SY
Te-�e /By
SP-2
Concrete Saw Cut
53
LF
LT-0 /LF
SP-3
Reinforcinq Steel
154
LB
LB
C
SF-4
Lower waterline
2
EA
CL""e/EA
'ee
a'
C�
fe
d
3
P - 10
Taylor Park Drainage
(Parvin Street Con't.)
n VI, I, Y[]1J 4V
BID NO. 9942
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
SP-10
Rock Excavation
0
CY
C2' /CY
SP-21
French Drain
50
LF
r /LF
SP-27-A
Adjust Water Services
2
EA
cb /EA
SP-27-B
Adjust Sewer Services
2
EA
Ge et'/EA
��" .4"e
Grand Total
Y
P - 11
Ta?lot Park Drainage
(McCormick Street Channel)
-BID NO. y9R47
PO NO.
ITEM
BID TABULATION SHEET
OUANTTTY UNTT
TTNTT PPTrr TnmA T.
1.21
Contractors Warranties
and Understandings
LS
3-A.2
Remove Concrete Rip Rap
26
SY
SY
Z,CL
3.1
Preparation of
Right -of -Way
LS
6'e
•C�
3.3
Channel Excavation
410
CY
'Ott /CY
3.7
Compacted Fill
644
CY
0 O ICY
Z % 01 R
8.15
Concrete Rip -Rap
649'
SY/SY
�l� •`
SP-10
Rock Excavation
0
CY
�^ co CY
Grand Total
3 %
i
•(ie
P - 12
BID SUMMARY
I. Taylor Park Drainage
System
Work Days
Total Bid Price
A,
Lindsey Street
20
L1/44 �-0
B.
Willowwood Street
40
5' %3 / Lc-
"C.
Dudley Street
30
7_
D.
Alley
50
0 127 q 72-
E.
Parvin Street
20
o
-F.
McCormick Street
15
7 F. �d
Channel
SP-39 2 Project Signs e, -')V
G. All Six Systems *90
Including the
Project Signs
* If two or more of the systems are awarded, the number of
work days .is half of the total number of work days obtained by
adding the work days listed for each individual system. In
this event, the project is considered large enough to warrant
two crews.
P - 13
TOTAL BID PRICE IN WORDS /C5rVA
46;11VO1?E0 FQV9tL iV c,YTS
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.
CONTRACTOR T_T
BY f�
f_0 1_96 /Y
gr-6 �11 Y
Street Address
City and State �.
Seal & Authorization
(If a Corporation) ((7� �S7-�F:6/
Telephone
P - 14
L -vc
1
CITY of DENTON, TEXAS PURCHASING DIVISION / 901-B TEXAS STREET / DENTON, TEXAS 76201
* CALVERT PAVING CORPORATION
P.O. BOX 268
DENTON, TEXAS 76202
pVE
SUN 21 i988
NOTIFICATION OF AWARD DEN T ON
CITY O� PURCHASING pEPT.
On the 19 day of APRIL 19 88 the City of Denton
CITY COUNCIL awarded bid number 9842 , TAYLOR
PARK STORM DRAINAGE
to the lowest and most responsible evaluated
bidder CALVERT-PAVING CORPORATION for the total
amount of $ 291,572.36
CALVERT PAVING CORPORATION
from the above date or until JUNE
following required documents;
has UNTIL dW
19 88 to submit the
Contract Documents
Performance, Maintenance, Payment Bonds
Certificate of Insurance with the required protection and dates on insurance
coverage will extend through contract completion date.
Final award will depend upon receiving the above as specified. Notice to
commence work will be by the issuance of a properly executed Purchase Order
8171566.8311 D/FW METRO 267-0042