HomeMy WebLinkAbout1987-1310923L
NO
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWAFORRDT THE EXPENDITUREOR OF PUBLIC WORKS OR FUNDS THEREFOR, IMPROVEMENTS,
PROVIDING PROVIDING
CONTRACTS OR 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
construction of public works or improvements, 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
9760 Hasty Fowler Construction Co 87,404 00123,675 00
9764 Calvert Paving Co
SECTION II That the acceptance and approval of the above
competiti-'-ive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
person shall comply with all requirements specified in the Notice
to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds,
after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to
executete a- 11 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 Biddersy ng the
Bid Proposals, and documents relating
terms, conditions, plans and specifications, standards, quantities
and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
competitive bids and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V That this ordinance shall become effective
immediately upon its passage and approval
PASSED AND APPROVED this the 4th day of August, 1987
RAY EP NS, M OR
ATTEST
JE FER W LTERS, CITY SE RETARY
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
PAGE TWO
DATE August 4, 1987
TO
FROM
SUBJECT
RECOMMENDATION
CITY COUNCIL REPORT
Mayor and Members of the City Council
Lloyd V Harrell, City Manager
BID# 9760 BOLIVAR STREET 8" SANITARY SEWER LINE
We recommend this bid be awarded to the low bidder, Hasty Fowler
Construction Co at $87,404 00
SUMMITRY This bid invitation was sent to our vendor list for Water and Sanitary
Sewer lines and received four bids They ranged from a low of $87,404 00 to a high of
$146,26400
tigo
award from the City Denton The Public Utility oAdv Advisory finishingr is now
the
ry Boarrd
secondrecommended
the award at their July 22 meeting
BACKGROUND Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
This is a Utility Capital Improvements Project
will follow the installation of this sanitary sewer line
FISCAL IMPACT There is no additional impact on the General fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
ame John J Marshall, C P M
Title Purchasing Agent
Approved
The street overlay
ame John J Marshall, C P M
Title, Purchasing Agent
1
1 I
1 1
1 I
I < I
i
1 1
m
m a
m
i i
r m
i z
m
i
i
1 < 1
a
1 m 1
Y'
fJl
I O I
v
I 1
I 1
-
i
1 G 1
K
R
T
N
i Z I
1 b I
m
t I
m
i i
N
I I
i m
Ip
m
1 P I
m
1 I
1
I
1 1
m
1 I
m
i i
DATE August 4 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9764 PECAN CREEK DRAINAGE CHANNEL
RECOIRIENDATION We recommend this bid be awarded to the lowest bidder Calvert
Paving Co of Denton for $123,675 00
SUMMARY This bid is for the paving and rip rap of Pecan Creek Drainage
Channel It will improve drainage by allowing the channel not to collect trash and
debris this invitation was sent to some 20 or more prospective bidders We received
five bids ranging from $123,675 00 to $173,385 00
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
This is part of the 1987 Bond Program
FISCAL IMPACT Bond Fund #436-020-GO87-8707-9105 There is no additional
impact on the current General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
me John 7 Marshall, C P M
Title Purchasing Agent
Approved
Nam John J Marshall, C P M
Title, Purchasing Agent
..- 1
i
__ __ __ _ _
1
�
I
i
~
a c+ m m
n o �.
nm �+�+
c m -� aw
z o y
a r
m
-_'"____�_
_
__ _
I
-o r.
a `c
�
I i
m
i 1
c� v v
.s..
z
a
1 .� 1
1 -+ I
I Z �
N s
�
r^
i a i
�1 � m
m
n
I p l
m m
o -n *'
e
x
I m l
� m
y
i vv'-] i
-]
0
1� i
m v
d
r'
1
I � 1
I � I
V
® hl iC
m m
,il
-xo
11
�
i
1
i
coil x
x
s
I
_ _ __
__ __ _ __
__ _ _
_ __ __ _
_
n
__
�
o
m
i
Z c
-ni e-]
�
i z i
n sl x
� �
^'
N
m
i o i�
9 I
�
V
1
�
a
�
i i
o a
�
m
1 I
z
1 1
__ _ _ _
_ _ _ _ __ �_ _
__ __ _ __
__ __ __ -
_
'1 1
__
r]
i i
z s
1 Z 1
S r �
m
�
1 1
ti S ~
to
o-
�
�
�
1
ul
G
1
Z
�.. __
__ - __ '
- ' �_ __
j
i
s t.
�
a
a
l o l
`z m
y
vmi
�
i i
cmn
1
�
1
� 1
_
_ _ _ �_ __ _ _
_ __
_ __ _
_ I _ _I_
_ _
_ _ O _
nl
^.
i �
m
+.!
1 4 1
y
++
1 Z I
'+fl G
®
m
w
I C I
n Ix
® �+
ul
c@n
i � i
-+
og
- 1--
"1
- ---- -
- -- -- -- - -- -
-- - --
---m--=
1
I i
w
�
�, �
v
i z
c
rmii
N
y
m �
i i
I 1
i t
1 m 1
e
i
1 !_
_ __ __ _ _..
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 5 day of AUGUST
A.D., 19__aZ, 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
CALVERT PAVING COMPANY
P.O. BOX 268
DENTON, TEXAS 76202 (817) 87-6831
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# 9764 PECAN CREEK DRAINAGE CHANNEL
PURCHASE ORDER # 80128 S101,520,00 _
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
THE CITY OF DENTON, TEXAS ENGINEERING DEPARTMENT, JERRY CLARK, PE
, 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.
TEST:
CITY Of DENTON TEXAS
R WALTEERS, Party f( the Fir t Part,
CITY SECRETARY y
ATTEST:
APP OV AS TO FORM:
ity Attorney
CA-2
0044b
(SEAL)
CALVERT PAVING CO.
Party of the Second Part, CONTRACTOR
By
Title
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS )C
COUNTY OF DENTON)(
KNOW ALL MEN BY THESE PRESENTS:
CO. , of the City of
County of DENTON and State of
as PRINCIPAL, and
That CALVERT PAVING
DENTON
TEXAS
, 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 THE CITY OF DENTON, TEXAS
as OWNER, in the penal sum of ONE HUNDRED ONE THOUSAND, FIVE HUNDRED
TWENTY Dollars 3 101 520.00 ) 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 5 day of AUGUST , 19 87, for the construction of
BID# 9764 - PECAN CREEK DRAINAGE CHANNEL
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 DEN TON 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 Suretyy have signed and
sealed this instrument this 20th day of August 19 t57
Calvert Paving Corporation Security National -Ins -.Co.
Principal Surety
By �� ��_ T rrel I:ing,
Title yk�A
Address P.O. Box 268
Denton, TX. 76202
(SEAL)
Title Attorney -In -Fact
Address P,O. Box 225028
Dallas, TX. 75265
The name and address of the Resident Agent of Surety is:
Ramey, King & Minnis
(SEAL)
707 First State Bank Bid. Denton, TX. 76201
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
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 4TH day of
AUTHORITY FOR
FEBRUARY 19 87.
JNMES G. DR WERT, PRESIDENT
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 oil 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, stomping 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
20th August 87
this day of 19 .
nm, W`MM 1,pu nNurry // Q
,_sr. *iws�y�y ...t, •,.�.�'?o:io: .;`.°fig /1C� L: xC:1�5+'t
Z`/I✓" , �� xJUDITH E. F AN. CORP. SECRETARY
se:SEAL';;; '= SEAL;;= v
w aOWruntnmtnfi 4�rrnonm�"
6-3894
REV. 3-82
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS:
of the City of
That CALVERT PAVING CO.
DENTON
County of DENTON and State of TEXAS , as principal, and
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 ONE HUNDRED ONE
THOUSAND. FIVE HUNDRED TWENTY DOLLARS_ Dollars ($ 101,520,00 )
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 5 day of AUGUST 19 87
BID# 9764 - PECAN CREEK DRAINAGE CHANNEL
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 20thday of August 19 87
Calvert Paving Corporation
Principal
By
Title QC \cAeyr-'
Address P.O. Box 263
Denton, TX. 76202
(SEAL)
Security National Ins. Co
K
Title Attorney -In -Fact
Address P . 0
Dallas, TX
The name and address of the Resident Agent of Surety is:
Box 22502S
75265
(SEAL)
Ramey, King & Ninnis -_
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 an 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 4TH day of FFEEjBBBRR'UUARY 19 87
E ARY-VICE PRES. JAMI:� G. DRAWER], PRESIDEN�
AUTHORITY FOR
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,
s said Officers may deem proper, the nature of such hands 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, 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
20th August 87
this day of 19
mnmr rvnm
�,yps:L l—k:!�.� �3f•�.'.�•:'�ay =�`;:o ``"or�oi�e 1C �'<`. xt , ��
�' SEAL;;= ==;SEAL;= �OUDITH E. FA G4N, CORP. SECRET GRV ';SEas1; -:
1 �' ��N/nnlpataSa� ��lotwt�
B-3894
REV. 3-82
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF IIFNTC)N )(
KNOW ALL MEN BY THESE PRESENTS: THAT CALVERT
PAVING CO. as Principal, and
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 TEN THOUSAND ONE
HUNDRED FIFTY-TWO DOLLARS Dollars 10,152.00 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 CO.
has this day entered into a written contract with the said City of Denton to build
and construct BID# 9764 - PECAN CREEK DRAINAGE CHANNEL
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a, part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of one (1) year, as herein and said contract provided, then these presents
shall be null and void and have no further effect; otherwise, to remain in full
force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the said Calvert Paving Corporation
as Contractor and Principal, has caused
these presents to be executed by Ramey, King & Minnis
and the said Security National isn. Uo.
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 20thday of ugust 19 87
SURETY: PRINCIPAL:
Security National Ins. Co
BY: :gamey, King & Minnis
0093b
Calvert Paving Corporation
i
MB-2
TheTrinity
'VCompanies
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 4TH
day of
FEBRUARY
19
87.
PRES.
DAMES G.
DR WERT, PRESIDENT
E ARY-VICE
AUTHORITY FOR POWER OF ATTOKNti
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 cony:
''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,
s 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, 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
this 20th day of August f� 1987
ot&E2
zC"UWTH E. FAGAN, CORP. SECRETARY
_=SFAL;'UfSEAL==
rwmuumno�° mmm�
B-3894
REV. 3-82
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-1
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
Contractor shall not begin any work until the Owner has reviewed and approved
the insurance certificates and so notified the contractor directly in
writing. Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI-2
O1/13/87
CERTIFICATE OF INSURANCE
CITY OF DENTON
Hams and Address of Agency
Ramey, King & IIinnis
707 First State Bank Bldg.
Denton TX. Phone
Name and Address of Insured:
Calvert Paving Corporation
P.O. Box 268
382-9691
City of Denton itAference:
Project Name: PECAN CREEK DRAINAGE
Project No: BIDE 9764
Project Location:
Managing Dept..
Calpanies Affording Coverage:
A AMERICAN GENERAL
e
This is to certify that policies of insurance Iisted below have been Issued and are in force at this tine.
Company Expiration Limits of Liability
I s++. T. of Inauran Pnliev Ihnd%nr nw+a In Thnusaeds MMI
A
oomprehenresiv General Liability G
- Claims Made (see 1112-reverse)
48806760
10/3/8
Bodily Injury
occurrence
$
Broad Form to Include:
Property Damage
$
- Premises/Operations
- Independent Contractors
- Products/Cempleted operations
- Personal Injury
Bodily injury and Property
Dons" Combined
$ 5 0 0
- Contractual Liability (see il-reverse)
- Explosion and Collapse Hazard
- Underground Hazard
- LIQuor Liability Coverage
- Fire Legal Liability (see 1113-reverse)
- Broad Farm Property Damage
- Professional Errors/Omiss ions
- occurrence
- claims made (see i2-reverse)
A
C4wp'rl insive Autamoblle GL
38808040
0/3/87
wily Injury/LiabiAccident
f
- Owned/Loased Automobiles
Property Damage
$
- Mon -owned Automobiles
Bodily Injury/Property
Damage Coined
Combined
$ 5 0 0
- Hired Automobiles
A
-Yorkers' Compensation and TC
Employers Liability
21196985
6/6/88
Stal %SUU% 00
each accident
A
UB
37341836
6/30/H
5,000
Description of Operations/Locations/Vehicies. The City of Denton is an additional insured as its interest may
appear as defined on the reverse side.
Naas and address of Cart IfIcats Holder.
MY OF EIRM, T EMS
Pi CHASING A(ENT
901-B TEMS ST
LFN1M, TX 762M
20
I.V11P.1ka' a' ma JlJa
CONDITIONS
11 YY ! I C 11D1 •, 1> • w - _ _• • .0 •• u ire o . •: •a
r au• nc- � r•c: • .•r • • m •u •a
NO= OF CANMATEM: Prinz' tO any material dmW or curellatirn, the City of
Denton wiU be given 30 days advance ea ittei mtace roiled to the Stated address C the
Certificate Holder, City of Denton.
_ w w. •. •�-` •- • • our u • c• • •- •.. �
••
by fwln
• • • • • w • •• a - - •. ••
xi • • • .- •• o- • the a period), • a de A
period for a ffdnirorn or i•h shell begin at the > • of the
period.
c• � . • __arc • • ••- •; n; •.- • • r - • •• w • . •
11 111
CT-4
BID # 97r
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
1987 CIP DRAINAGE
LOWER PECAN CREEK DRAINAGE CHANNEL
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 maae without collusion with
any other person, firm or corporation; that he has carefully
examined the form of contract, Notice to Biaaers, specifications
and the plans therein referred to, and has carefully examinea
the locations, conditions, ano classes of materials of the
proposed work and agrees that he will provide all the necessary
labor, machinery, tools, apparatus, ana 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 De
done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating bias.
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 agreea 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 thework is to be completed in
full within the number of worK days shown on the bid tabulation
sheet.
P - 1
M
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the Owner, in the amount of five percent of
the total bid.
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as a payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. Owner reserves the right to reject any and all
bids. Owner may investigate the prior performance of bidder on
other contracts, either public or private, in evaluating bid
proposals. Should bidder alter, change, or qualify any
specification of the bid, Owner may automatically disqualify
bidder.
The undersigned hereby proposes and agrees to perform all work
of whatever nature required, in strict accordance with the plans
and specifications, for the following sum or prices, to wit:
P - 2
1987.CIP DRAINAGE
EOWE1 PECAN CREEK DRAINAGE CHANNEL
ttn uAsa �7
BID NO.
PO NO.
BID TABULATION SHEET
r1i Tmv r[Ki TT
nNTT VPTru TOTAL
Contractor's Warranties1.21 I and Understandings
---
LS I $ / LS
3. 3 I
Unclassified Excavation
3,130 CY CY
3.7
Compacted
225
CY I %` fit= / CY
S LL
8.1
-Fill
Barricades, Warning/
Detour Signs
I
I I
LS c5a) C:ov LS
�`0-00
8.15
Concrete Rip -Rap
5,050
SY 1 / SY I
�' 05(D
Sp-2
Saw Cut
10
LF - L ` LF
` "C
SP-10
Rock Excavation
0
I
CY 1 30.00/ CY
SP-25 I
Remove Concrete Flume I
I
10 I
I I
SY I $.3u.SY
I
I
TOTAL
I I
I
6-K.Vu5L IZCL
n�.
I
Appj;QVED
muu
I
PURCHASING DEP-T. II
II I
II
P - 3
L�D
911
BID SUMMARY
TOTAL BID PRICE IN WORDS .,,j\..F,__.',\
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
t 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
accepted, when fully completed
the plans and specifications,
Engineer.
proposed to be done shall be
and finished in accordance with
to the satisfaction of the
The undersigned certifies that thebid 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 j
BY
Streeet Ad ress
City and State
Seal & Authorization �� ?
( If a Corporation)
Telephone
P - 4