Loading...
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