Loading...
HomeMy WebLinkAbout1984 ENGINEERING SERVICES STATE OF TEXAS COUNTY OF DENTON G ~4 THIS CONTRACT entered into this day cf October 1984, by and between the City of Denton. Texas, here Wafter called the Owner, acting by and through Richard 0. Stewart, its Mayor, duly authorized to act, and Freese and Nichols, Inc., Consulting Engineers, Fort Worth, Texas, hereinafter called the Enginer. i WITNESSETH, that in consideration of the covenants and agreements herein contained the j parties hereto do mutually agree as follows: 1. Employment of Engineer: The Owner hereby employs the Engineer and the Engineer agrees to perform professional services as herein set forth in connection with the development of a master plan for the future development of the City's wastewater collection system. 1 II. Character and Extent of Services: The Engineer shall perform professional services comprising investigations and studies per- taining to present and future flows it the wastewater collection system and to determine a cost effective method of transporting these waste flows to the wastewater treatment plant for treatment, resulting in a master plan which will glide the City in the future development of the wastewate- collection system in an orderly and economical manner. III. Scope of Services: The scope of work shall include the following: + 1. Population: a. Re,.iew the historical population trends and population projections based on information available from the City of Denton, the North Central Texas Council of Govern- ments, and the census publications. For the purposes of these investigations, the planning years will be 1985 (for current conditions), 2000 and 2010. b. Using available information from the City of Denton, make projections as to distribution of the population for the planning years 1985, 2000 and 2010. 2. Wastewater Flows: a. Review records of wastewater flows at the Wastewater Reclamation Plant to determine overall trends in flows and pat_erns of flows. 1. ~L 1 b. Develop a projection of future wastewater flows for the study years of 1985, 2000 and 2010 based on the projected population and anticipated per capita flows. 3. Collection System: ` a. Develop a drainage area map of the City identifying the f + limits of watersheds one square mile or larger in size. The study area limits shall be the same as the study area i shown on Plate 6 of the Facility Planning Report prepared by Freese and Nichols in 1974, with the exclusion of the Cities of Krum, Shady Shores, and Lake Dallas. b. Update the existing Wastewater Collection System Map, contained in the Facility Plan dated 1974 and prepared by Freese and Nichols, to include all major trunk mains and collector mains which are to be studied under these investigations. C. Review the existing facilities and inventory pipe sizes 12-inches in diameter or greater, slopes, age and physical conditions as may be determined from available information in the City's records. chose lines smaller than 12 inches that serve as major collector maii,s will also be inclidad. No field investigations are included as a part of these studies except as related to lift stations as described in Paragraph 3.d. d. Conduct tests at a minimum of three lift stations in an effort to determine rate-of flow and total flow through the station. These tests will be based upon recording electrical current to determine hours of operation of pumps, together with the utilization of pump performance curves to develop flows. It is anticipted that the City will furnish personnel and electrical recording meters. e. Project flows in the major trunk main and collector mains (as described in Paragraph 3.c.) for the study years of :985, 2000, and 2010. Based on this information, deter- mine the adequacy of the present system to meet the pro- jected requirements. Develop recommendations for additional facilities to accommodate the deficiencies determined. 4. Estimate of Probable Construction Cost: a. Prepare estimates of probable construction cost of recommended improvements to meet the projected require- ments for the years 1J85 did 2000. Cost estimates will be based on 1985 dollars. b. Review the use of television equipment for inspection of facilities in the City. Make appropriate recommendations together with estimates of cost. 2. I l I a recommended schedule for construction of the C, Prepare propcsed improvements through 1990 in the form o a Capital improvement Program. i 5. Report: a. Assemble and summarize the basic data, studies, findings 3 and recommendations into a draft report and submit three copies of the report to the City for review and comment. I b• Upon receipt of the City's comments, prepare a final ! report and submit 25 copies to the City. e draft report shall be hin one hundred eighty(180)calendar deliveredo to ethenowner ewitre~ days following authorization to proceed with the study. The twenty-tine (25) printed and bound copies of the final report shall ' be delivered to the Owner within d fifteen (15) calendar days following review and approval of V. Fee; the Engineer for all services rendered 1, The Owner agrees to pay under this contract on a cost times multiplier basis in ac- cordance with the attached Schedule of Charges, with the total maximum fee not to exceed $50,000 without prior approval the City of Denton. than { subm submitted atb intern als tof lEengineer. 2. Payment shall not -be statements Statements will be one (1) month. { er, V1I. Successors sucAssiTents: The cesso~ rs, Owner and the administrators Band assi~gnsref his and himsellff, , 1 the other party to this Agreement, and to the successors, exe-• tutors, administrators, and assigns of such other party in respect of all covenants of this Agreement. Neither the Owner nor the transfer his other. in this Agreement assign, sublet or This Contract is executed in three counterparts. r 3. IN TESTIMONY HEREOF, they have executed this Agreement, the day and year first above written. ATTEST: CITY OF DENTON, TEXAS OWNER i Char Otte 1 en, City ecretary ch rd art - --1 City of Denton, Texas ity f Dento Texas yor (CITY SEAL) WITNESS: FREESE AND NICHOLS, INC. ENGINEER fay. ✓ Robert L. Nicho s ✓ Vice President I 1 i I 1 f 1 ~r . 1 FREESE AND NICHOLS, INC. i ~ Schedule of Charges Staff tine-ibers Salary Cost Times Multiplie- of-2.2 Salary Cost is defined as the cost of salaries of engineers, draftsmen, stenocr__=yners, surveymen, clerks, laborers, etc., for time directly chargeable to the project, plus social security contributions, unem- ployment compensation insurance, retirement benefits, medical and in- surance benefits, bonuses, sick leave, vacation and holiday pay rppli- cable t''ereto. (Salary Cost is equal to 1.39 times salary payments. This factor is adjusted annually.) 4 Other D Drect Expense Actual Cost Times Multiplier of 1.0 Other direct expenses shall include printing and reproduction expense, communication expense, travel, transportation and subsistence away from i Fort Worth and other miscellaneous expense directly related to the work,. including costs of laboratory analysis, tests, and other work required to be done by independent persons or agents other than staff members. I { r h ENGINEERING SERVICES STATE OF TEXAS COUNTY OF DENTON THIS CONTRACT entered into this day of October 1984, by and r between the City of Denton, Texas, hereinafter called the Owner, acting by and through Richard 0. " ewart, its Muyor, duly authorized to act, and Freese and Nichols, Inc., Consulting Engineers, Fort Worth, Texas, hereinafter called the Engineer. WITNESSETH, that in consideration of the covenants and agreements herein contained, the parties hereto do mutually agree as follows: I. Employment of Engineer: The Owner hereby employs the Engineer and the Engineer agrees to perform all necessary professional services as herein set forth in connection with the engineering evaluation I of alternative locations for construction of a new water treatment 'l plant in the northwest section of the City. II. Character and Extent of Services: The Engineer shall perform { professional services -com prising engineering studies, including a j cost effective analysis, of available sites for construction of a ~ municipal water treatment plant in the northwest section of the City, with consideration given to a water supply to the new piant from the Ray Roberts Reservoir now under construction. 111. Scope of Services: The scope of work shall include the following: A. Locate possible sites with suitable topography for a Water Treatment Plant on USGS topographic maps. B. Conduct field inspection of the possible sites and reduce the number to only those which appear best. C. Select for each of the sites a tentative routing for raw water line, high service line connection to distribution system, line for disposal of sludges, access road, natural gas line, and electrical service. Reduce the selections to the two best sites. 0. Prepare tentative plant layout for each site with considera- tion given to future expansions. Prepare estimate of probable cost for development of facilities on each site. E. Have soils ldboratory drill at least two test holes on each site to determine soil classification and to evaluate foundation requirements. F. Prepare a draft report summarizing the basic data obtained in the study and presenting recommendations and estimate of probable cost. 1. 1 G. Following approval of the draft report, twenty-five (25) bound copies of the final report shall be presented to the City (Owner). IV. Time of Completion: The review draft of the report shall be de- livered to tle Owner within one hundred eight following authorization to proceed with thestur (IFO) calendar days 1 (25) printed and bound copies of the final report h shall twen a fiv livered the Or'^er within fifteen (I5) calendar days following review and d approval of the e 1 draft. V. PAX' en t The Owner agrees to rendered under this contract onPay the cos: Etimes ngineer for multiplier sere ces accordance with the attached maximum fee Schedule of Charges, with the total , exclusive of laboratory charges I~ without prior a not to exceed $22,000 pproval from the City of Denton. made on statements submitted by the Engineer. Payment will be Statements shall not be submitted at intervals of less than one (1) month. VI. Successors and As5i nment s s: The Owner and the Engineer each binds himself, his uccessors, executors, administrators and assigns of the other party to this Agreement, and to the successors, execu- tors, administrators, and assigns of such other party in respect of all covenants of this Agreement. Neither the Wier nor the Ergi- veer shall assign, sublet or transfer his in.erests in this Agree- ment without the written consent of the other.' This Contract is executed in three counterparts. IN TESTIMONY HEREOF, they have executed this Agreement, the day and year first above written. ~ ATTEST; CITY OF DENTON, TEXAS OWNER otte len, City cretar City of Denton, Texas y *ihard 0. tewar Mayor f De ton, Texas (CITY SEAL) WITNESS: FREES: AND NICHOLS, INC. ENGINEER Robert - N?chols Vice President 2. r i • FREEST: AN0 MICNOLS INC. r ' Schedule of Charges Staff h's-nbers Salary Cost Times Fultiplier of 2.2 i Salary Cost is defined as the cost of salaries of engineers, draftsmen, stencgr;prers, surveymen, clerks, laborers, etc., for time directly chargeable to the project, plus social security contributions, unem- ployment compensation insurance, retirement benefits, medical and in- surance benefits, bonuses, sick leave, vacation and holiday pay appli- cable hereto. (Salary Cost is equal to 1.39 times salary payments. } This factor is adjusted annually.) } ether Direct Expense Actual Cost Times Multiplier of 1.0 Other direct expenses shall include printing and reproduction expense, communication expense, travel, transportation and subsistence away from Fort Worth and other miscellaneous expense directly related to the work, including costs of laboratnry analysis, tests, and other work required j to be done by independent persons or agents other than staff members. } i I f f i i i T t i CITY ofDENTON, TEXAS MUNIOPAL BUILDING/ DEN TON, TEXAS 7620T TELEPHONE OM 566-8200 I M P.NjU RAN DU,M -IO: CIMLUITE ALLEN, CITY SI:CRFFARY I FROM: R. L. Nelson, Director of Utilities I DATE: ytirch 4, 1985 RE: Contr&_t with Black $ Veatch- Lewisville Hydroelectric Project. r Attached please find the original contract with Black f Veatch, on the Lewisville hydroelectric Project Contract Digineering Serv ices for filing witn } the official City records. a 7 /11~ Direcr-orof Utilities (f~G~JSr, ect y Gi i 1 i ti gcr Attaclunent: bs V letter of 2122185 e, subject contract I i B L A C K & V E A T C H ' TEL. l91 31 967-2000 ENGINEERS-ARCHITECTS TELEX 42-6263 1 i 1500 MEADOW' LAKE PARKAAY {y, MAILING ADURE55 PO BOX NO 8305 r KANSAS CRY, MiS5OUR1 E31l3 `J City of Denton ` B&V Project 10566 Lewisville Hydroelectric Project KV File 11.0201 Ccn,ract Engineering Services February 22, 1985 City of Denton Municipal Building R 1 215 East McKinney Denton, Texas 76201 Attention: Mr. R. E. Nelson A Gentlemen: Accompanying this letter are the executed original and a copy of the subject contract. We appreciate this opportunity to continue to serve 'r you on this project. Very truly yours, a i g BLACK b VEATCH `r R. M. Ellis 9 DFG:slo Enclosure I rv i :y 4 L v r r t 4 L i k . 1 r i 1 ac 1 B L A C K & V E A T C H TEL 19131957.2000 ENGINEERS-ARCkI7ECT5 TELEX 42.6263 v 1500 MEADCA4 LAKE PA4KAAY NArLING ApORESS Pp BOX No 0405 KANSAS CITY 404SSGU41 Fi4114 I 4 City of Denton B&V Project 10566 ` Lewisville Hydroelectric Project December 10, 1984 F 1 r City of Denton Municipal Building 215 East McKinney Denton, Texas 76201 1 { Attention: Mr. R. E. `7Plson I Director of Utilities Gentlemen: ~ f This letter confirms our discussions of December 7, 1984, regarding the subject project. Black & Veatch is willing to enter into the Engineering I Services Agreement sent to your offices on July 18, 1984, based on a revised compensation basis. This revised basis covers the initial engineering necessary to receive and evaluate bids for the turbine generator, and station electrical equipment and to entertain and evaluata proposals for alternative financing methods. This work would be invoiced in a t,:o- step process. As the work progresses we would invoice you monthly at a rate of 1.0 times payroll costs plus actual out-of-pocket costs, as defined in Attachment 2 of our July 18, 1984, Agreement. Once the project is fully authorized by the City, either with or without the services of Black & Veatch, we would invoice you for the a;aount of 0.85 times our k accumulated payrull cost: for work performed previously. i Engineering services performed beyond this scope and subsequent to the i full authorization would be payable as defined in Attachment 2 of our July 18, 1984, Agreement or at 1.85 times payroll costs plus actual out-of-pocket cost. If the project is not fully authorized due to over- all project feasibility then you are free to terminate the referenced agreement and are not obligated to pay us the deferred portion of our compensation. 1 I/ BLACK 9 V EATC H I City of Denton 2 B&V Project 10566 Mr. R. E. Nelson December 10, 1986 We estimate that the amount payable for this inital scope of work prior to full authorization is up to $30,000. The deferrei portion of i compensation for this work is approximately $16,500. The balance of r!~ the engineering services as outlined in our July 18 submittal is generally unaffected except for schedule and scope of other purchases as outlined below. We have reexamined the balance of the engineering services and identified several items which are affected by this change in approach. In general, if we defer engineering on the balance of the facilities we will limit our ability to purchase the penstock separate of the general construction. We feel we can still complete the project in the fall of 1986 by rescoping some of the purchase packages. This will require resubmittal of ' Attachment 1 to our July 18 Agreement, We propose to do this once the work covered by this offering is accepted. We are pleased to also inform you that Motor Columbus has agreed to participate in this initial phase of work on the same basis as our offering. This will insure you the state-of-the-art technology and experience that ylotor Columbus brings to our hydropower organization. We trust that you and :our Board of Utilities will find this offering acceptable. We feel that due to the current economic climate that actual quoted prices will be below our current estimate. This should directly improve overall feasibility and help minimize unc~rtainities, Very truly yours, BLACK S VEaTCN I % R. M. Ellis i DFG;slo i cc: Mr. J. R. Stack W a r S I AGREEMENT FOR ~ i , DESIGN ENGINEERING SERVICES 1 i BETWEEN CITY OF DENTON, TEXAS I AND BLACK & VEATCH, ENGINEERS-ARCHITECTS I j. July 18, 1984 II C 1 I F { 1 Y53yY A f f T CONTENTS 1 a' ARTICLE 1.0 -SERVICES TO BE PERFORMED BY ENGINEER ARTICLE 2.0 -TERM OF AGRFEMENT ARTICLE 3.0 - COMPENSATION ARTICLE 4.0 - PROFESSIONAL OBLIGATIONS OF ENGINEER j ARTICLE 5.0 - OPINIONS OF COST AND SCHEDULE I ARTICLE 6.0 - LIABILITY AND INDEMNIFICATION ARTICLE 7.0 - INDEPENDENT CONTRACTOR ARTICLE 8.0 - COMPLIANCE WITH LAWS i ARTICLE 9.0 - INSURANCE f A E: I ICLE 10.0 - OWNER'S RESPONSIBILITIES ~ ARTICLE 11.0 - OWNERSHIP OF DOCUMENTS { I ARTICLE 12.0 - TERMINATION OF AGREEMENT i ARTICLE 13.0 - NONDISCLOSURE OF PROPRIETARY INFORMATION } ARTICLE 14.0 - NOTICE i ARTICLE 15.0 - UNCONTROLLABLE FORCES ARTICLE 16.0 - GOVERNING LAW ARTICLE 17.0 - MISCELLANEOUS ARTICLE 18.0 -INTEGRATION AND MODIFICATION ARTICLE 19.0 - SUCCESSORS AND ASSIGNS I i i AGREEMENT FOR { DESIGN ENGINEERING SERVICES i' THIS AGREEMENT, effective the , day of by and between the CITY OF DENTON, TEXAS, {hereinafter referred to as Owner), and BLACK & VEATCH, ENGINEERS-ARCHITECTS (hereinafter referred to as Engineer), a partnership with , principal business offices at Kansas City, Missouri. WITNESSETH: h WNERFAS, Owner plans to design, construct, and operate a new hydiwlectric generating sta- tion known as Lewisville Dam Hydroelectric Project (hereir,af:er referred to as the Project); and, i WHEREAS, Owner requires certain engineering services in connection with the Project therein- after referred to as the Services); and, I WHEREAS, Engineer is prepared to provide such Services. f t NOW THEREFORE, in consideration of the premises and the mutual covenants herein con- d rained, the parties hereto agree as follows. ARTICLE LO - SERVICES TO BE PERFOMED BY ENGINEER Engineer shall perform the Services described in Attachment 1.0, Scope of Services, which is attached hereto and incorporated by reference as part of this Agreement. ARTICLE 2.0 - TERN OF AGREEMENT { The term of this Agreement shall begin on the effective date and end one year after perform- ance of the Services. j ARTICLE 3.0 - COMPENSATION Owner shall pay Engineer in accordance with Attachment 2.0, Compensation, which is attached hareto and incorporated by reference as a part of this Agreement. ARTICLE 4.0 - PROFESSIONAL OBLIGATIONS OF ENGINEER 3 Engineer shall exercise the same degree of care, skill, and diligence in the performance of the Services as is ordinarily provided by a professional engineer under similar circumstances and Engineer shall, at no cost to Owner, re-perform services which fail to satisfy the foregoing standard of performance. I + Except as may be required in Attachment 1.0, Scope of Servicev, Engineer shall not be respon- sible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Services. In addition, Engineer shall not be r responsible for any contractor's, subcontractor's, vendor's, or other project participant's failure to fulfill their contractual or other responsibilities to the Owner. In no event shall Engineer be responsible for any contractor's, subcontractor's, vendor's, or other project participant's failure to comply with federal, state, or local laws, ordinances, regulatons, rules, codes, orders, criteria, or standards. ARTICLE 5.0 ~ OPINIONS OF COST AND SCHEDULE Since Engineer has no control over the cost of labor, mater,als, equipment or services furnished by others, or over contractors', qubcontractors' or vendors' methods of determining prises, or over competitive bidding or market conditions, Engineer's cost estimates shall be made on the basis of his experience and qualifications and shall represent his best judgment as an experienced and qualified professional engineer, familiar with electric utility projects. Likewise, since Engineer has no control over the resources provided by others to meet contract 1 schedules, Engineer's forecast schedules shall be made on the basis of his experience and qualifi- cations and shall represent his best judgment as an experienced and qualified professional engi- neer, familiar with electric utility projects. a Engineer cannot and does not guarantee that proposals, bids, or actual project cost will not vary r from his cost estimates or that actual schedules will not vary from his forecast schedules. ARTICLE 6.0 - LIABILITY AND INDZINIFICATION 6.1 General. The Owner and Engineer have considered the risks and potential liabilities that a may exist durng the performance of the Services and in consideration of the promises included J herein agree to allocato such liabilities in accordance with this Article 6.0. Words and phrases j used in this Article shall be interpreted in accordance with customary insurance industry usage and practice. 6.2 Professional Liability. Engineer ag res to defend and indemnify Owner from and against legal liability for damages arising out of the performance of professional engineering services for Owner where such liability is caused by an error, omission, or negligent act of Engineer or any person or organization for whom Engineer is legally liable. i 6.3 Other Liability. Except as provided in subarticle 6.2, Professional Liability, dealing with liabilities amciated with the performance of professional services, Engineer agrees to defend and indemnify Owner from and against legal liability for damages because of bodily injury or property damage caused by an occurrence arising out of Engineer's performance of the Services. . ; i 6.4 Defense of Claims and Owner's Indemnity. In the event a claim for damages arising oui of the performance of this Agr?ement is made against the Owner alleging contributory or Micar- rent negligence of both Engineer and Owner, Engineer agrees to defend Owner againsi such claim. ~i In such event, Owner agrees to ;11emnify and reimburse Engineer a pro rata share of ill ex- penses of defense and any judgment or amount paid by Engineer in resolution of such claint where such pro rata share is based upon the final judicial determination of negligence or, in the absence of such determination, by mutual agreement. In addition, Owner agrees io defend and indemnify Engineer from and against damages arising out of Owner's sole neglige,le A. 6.5 Employee Claims. Engineer agrees to indemnify Owner against legal lia0ility for damages which is the result of claims by Engineer's employees. Owner agrees to i,leemrl y Engineer against legal Lability for damages which is the result of claims by Owner's er,rployees. 6.6 Limitations of Liability. Engineer shall have no liability for special or consequential dam- ages including, but not limited to, loss of equipment use, loss of profits, cost of capital, cost of replacement pourer, or similar damages. In addition, Engineer's Lability shall not exceed Engi- neer's available insurance coverage for such Lability and Engineer shall have no liability after two years following performance of the Services. 6.7 Remedies. Owner's rights and remedies set forth in this Agreement are exclusive and Engi- neer's Labilitiea r,• :invited as set forth herein whether based upon contract, tort (including negligence), or otherwise, R (f 6.8 Other Project Participants. Owner will incorporate indemnities sirular to this Article 6.0 into contractual arrangements with other Project participants in order to protect the Owner's l and Engineer's interests. 1 ARTICLE 7,0 - INDEPENDENT CONTRACTOR Engineer widertakes performance of the Services as an independent contractor and shall be wholly responsible for the methods of performance. Owner shall have no right to supervise directly the methods used but Owner shall have the right to observe such performance. Engineer shall work closely with Owner in performing Services under this Agreement. ARTICLE 8.0 - COMPLIANCE WITH LAWS Engineer agrees that in performing the Services, Engineer will comply with applicable regulatory requirements including fedt,al, state, and local laws, rules, regulations, orders, codes, criteria, and standards. Engineer shall procure the permits, certificates, and licenses necessary to allow Engineer to perform the Services. Engineer shall not be responsible for procuring permits, certi- ficates, and licenses required for the construction of the Project unless such responsibilities are specifically assigned to Engineer in Attachment 1.0, Scope of Services. ARTICLE 9.0 - INSURANCE During the performance of the Services under this Agreement, Engineer shall maintain the fol- lowing insurance. (1) Comprehensive General Liability Insurance with bodily injury limits of not less than $500,000 for each occurrence and not less than 5500,000 in the aggregate, and with property damage limits of not less than 3100,000 for each occurrence and not less than S 100,000 in the aggregate. (2) Automobile Liability Insurance with bodily injury limits of not l"s than $500,000 i for each person and not less than $500,000 for each accident and with property damage limits of not less than S 100,000 for each accident. (3) Worker's Compensation Insurance in accordance with statutory requirements and Employers' Liability Insurance with Lrtilts of not less than 3100,000 for each accident. (4) Professional Liability Insurance with limits of not less than 53,000,000 annual aggregate. (5) Umbrella Insurance prcviding not less than 110,000,000 limits in excess of the limits stated in items (l) through (4). - T , - -r---- --~1 Engineer shall furnish Owner certificites of insurance including the provision that such insur- ance shall not be canceled without at least ten days written notice to Owner. ARTICLE 10.0 - OWNER'S RESPONSIPILITIES Owner shall supply to Engineer, either directly or indirectly from others, all available informa- tion and data which is required by Engineer, Owner shall also be responsible for the following I (1) Approve all procedures established to govern the relationships among Owner, Enr.i- neer, and third parties. 1 (2) Make final engineering and planning decisions utilizing information supplied by Engineer. (3) Provide designated personnel to represent the Owner in matters involving Engineer. (4) Provide such accounting, independent cost estimating;, and insurance couns.Gng II`t services as may be required for the Project; such legal services as Owner may require or Engineer may reasonably request with regard to legal issues pertaining i to the Project including any that may be raised by contractors, subcontractors, l vendors, or other project participants, such auditing services as Owner may require to ascertain how or for what purpose any contractor, subcontractor, vendor, or other project participant has used t'te monies paid to him; and such inspection services as Owner may require to ascertain that contractors, subcontractors, vendors, or other project participants are complying with any law, rule or regula- tion appscable to their performance of the work. (5) Ente. into contracts for purchase, construction, or other services with contractors, subcontractors, and vendors; provide financing; and mak: payments in accordance with the terms of the contracts. Owner may assign any responsibility described in this Article 10.0, Items (4) and (5) to Engi- neer by providing written instructions to Engineer to act as the Owner's agent and assume responsibility in behalf of the Owner. I ARTICLE 11,0 - OWNERSHIP OF DOCUMENTS All documents including Drawings a:d Specifications prepared by Engineer pursuant to this , Agreement are instruments of servicr; in respect of the Project. They are not intended or repre- sented to be suitable for reuse by Owner or others on extensions of the Project or on any other project. Any reuse without written verification or adaptation by Engineer for the specific pur- pose intended will be at Owner's sole risk and without liability or legal exposure to Engineer; e and O vner shall indemnify and hold harmless Engineer for all e!aims, damages, losses, and .x- penses including attorneys' fees arising out of or resulting therefrom. Any such verification or adaptation will entitle Engineer to further compensation at rates to be agreed upon by Owner and Engineer. i ARTICLE 12.0 - TERMINATION OF CONTRACT ~ The obligation to provide further services under this Agreement may be terminated by either party upon seven days' written notice in the event of substantial failure by the other party to perform in accanlertce with the terms hereof through no fault of the terminating party. i i Owner shat have the right to terminate this Agreement for Owner's convenience upon written notice to Engineer, and Engineer shall terminal: performance of Services on a schedule accepta- ble to Owner. In the event of termination for Owner's convenience, Owner shall pay Engineer for all Services performed, t ARTICLE 13.0 - NONDISCLOSURE OF PROPRIETARY INFORMATION Enyneer shall consider all information provided by Owner and all drawings, reports, studies, design calculations, plans, specifications, and other documents resulting from the Engireer's performance of the Services to be proprietary unless such information is available from pabbc It sources. Engineer shall not publish or disclose proprietary information for any puose than the performance of the Services without the prior written authorization of Owner. other ( Engineer shall not make any written or verbal statement to any press or news media concerning i the Project without the written authorization of Owner. i ARTICLE 14.0 - NOTICE Any formal notice, demand, or request required by or made in connection with this Agreement shall be deemed properly made if personally delivered in writing or deposited in the United States mail, postage prepaid, to the address specified below. To Engineer: Black & Veatch, Engineers-Architects i P. 0. Box 8405 I Kansas City, !Missouri 64114 J Attention: Head, Power Division To Owner: City of Denton Municipal Building 'IS East McKinney { Denton, Texas 76201 Attention: Director of Utilities Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of Engineer and Owner. i AR rICLE 15.0 - UNCONTROLLABLE FORCES Neither Engineer nor Owner shell be considered to be in default of the pro,isions of this Agree. merit if delays in or failure of performance shall be due to uncontrollable forces the effect of which, by the exercise of reasonable diligence, the nonperforming party could not avoid. The term "uncontrollable forces" shaU mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the con- trol of the nonperforming t,arty. The term "uncontrollable forces" includes, but is not limited to, rite, acts of God, flood, earthquakes, storms, hghtring, epidemic, war, riot, civil disturbance, sabotage, inability to procure permits, licenses, or authorizations from any state, local, or federal agency or person for any )f the supplies, materials, accesses, or services required to be provided by either owner or Engineer under this Agreement, strikes, work slowdowns or other labor disturbances, and judicial restraint. Neither party shall, however, be excused from performance if nonperformwce is due to uncon- trollable forces which are removable or remediable and which the nonperforming party could have, with the exercise of reasonable diligence, removed or rrmediated with reasonable dispatch. The provisions of this Article shall not be interpreted or construed to require Engineer or Owner to prevent, settle, or otherwise avoid a strike, work slowdown, or other labor action. The non- performing party shall, wiftn a reasonable time of being prevented or delayed from perform- ance by an uncontrollable force, give written notice to the other party describing the circum- stances and uncontrollable forces preventing continued performance of the obbgatiors of this w Agreement. J ARTICLE 16.0 - GOVERNING LAW This Agreement shall be governed by the laws of the State of Texas. ARTICLE 17.0 -MISCELLANEOUS 17.1 Nonwaiver. A waiver by either Engineer or Owner of any breach of a provision of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall ncs affect the waiving pasty's nghts with respect to any other or further brea.:h. 17.2 Precedence. In the event of conflict, errors, or discrepancies between the declarations or t Articles of this Agreement and any mutually agreed written task assignment pursuant to this Agreement, provisions of the written task assignment shall be given precedence over the declara- tions or Articles in resolving such conflicts, errors, or discrepancies. 17.3 Severability. The invalidity, illegality, unenforceability, or o.:currence of any other event `i rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision of this Agreement shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or pro- vision held to be void. s j The provisions of this section shall not prevent the entire Agreement from being void should a prorsion which is of the essence of the Agreement be determined to be void. ARTICLE 18.0 - INTEGRATION AND MODIFICATION t This Agreement is adopted by Engineer and Owner as a complete and exclusive statement of the terms of the Agreement between Engineer and Owner. This Agreement supersedes all prior agreements, contracts, proposals, representations, negotiations, letters, or other communications i between the Engineer and Owner pertaining to the Services, whether written or oral i r t This Agreement may not be modified unless such modifications are evidenced in writing signed by both Engineer and Owner. I ARTICLE 19.0-- SUCCESSORS AND ASSIGNS i 19.1 Owner and Engineer each binds himself and his partners, successors, executors, admin- istrators, assigns and legal representatives to the other party to this Agreement and to the partners, successors, executors, administrators, assigns, and legal representatives of such other party, in respect to all covenants, agreements, ai,d obligations of this Agreement. 19.2 Neither Owner nor Engineer shill assign, sublet, or transfer any rights under or interest in (including, but without limitation, monies that may become due or monies that are due) this J Agreement without the written consent of the other, except as stated in paragraph 19.1 and except to the extent that the effec? of this limitation may be restricted by law. Unless specifical- ly stated to the contrary in any written consent to an assignment, no assignment will release or h ; discharge the assignor from any duty or responsibility under this Agreement. Nothing contained Ip` in this paragraph shall prevent Engineer from employing such independent consultants, associ- ates, and subcontractors as he may deem appropriate to assist him in the performance of serv- ices rendered. I 19.3 Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Owner and Engineer. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized ! representatives effective the day and year first above written. 1 CITY OF DENTON, TEXAS i ~ . BY. ATTEST: ae r (62 7 L--TITLE CHARLUIrIL . A EN CITY SECRETARY i BLACK & VEATCH, ENGINEERS-ARCHITECTS 1 APPROVED AS TO LEGAL FORM: 'J Date RT T' HUNTER ASSISTA14T CITY ATTORNEY a. r:.t.. I.. r. TITLE r ATTACHMENT 1.0 SCOPE OF ENGINEERING SERVICES t INTRODUCTION This Scope of Engineering Services describes Black & Veatch's responsibilities relating to the Lewisville Hydroelectric Project. The schedule for the project accompanies this attachment. BLACK & VEATCH'S RESPONSIBILITIES Black & Veatch agrees to accomplish the following activities to provide the Owner appropriate and necessary results from such activities. A. Project Administration ! (.1) Records. Maintain the necessary project records, reports, manuals, calcula- tions, and technical data. Maintain records of financial management data, schedules, reports, and analysas of the project. t (2) Conferences. Hold periodic conferences with the Owner to report on pro• gress and status, and to discuss solutions to possible problems. (3) Quality Control. Apply Black & Veatch's standing quality control program to the project consistent with the needs of the project. i B. Project Planning and Control 11) Project Instructions. Prepare Project Instructions that will establish the pro- ' cedures and project file system necessary to control the administrative J interfaces among the Owner Black & Veatch, and third parties. Scheduling. On the basis of general schedule milestones established by the Owner and Black & Veatch, develop and periodically update project sched- ule for engineering, design, and procurement. 13) Cost Estimating and Budgets. Prepare a project cost estimate. The estimate will be developed after design parameters have been successfully established to define contract accounts prior to the purchase of plant equipment, (4) Engineering Progress Reports. Prepare and periodically submit to the Owner reports on design, cost, and schedule status of the project, Any significant changes in design, project costs, or schedule during the preceeding month will be reported, the reasons for such changes will be stated, and recommen- dations wdl be made for appropriate action. ~ i C. Determb!ation of Project Design Basis (l) Project Design Memorandum. Prepare a Project Design Memorandum defin- ing the design criteria to be incorporated in the detailed design. The quality of specified materials and construction work will be consistent with project longevity, re)iability goals, and overall project costs, (2)• Surveys. Provide topographic and hydrographic surveys as required for the p_oject. h (3) Hydraulic Design. Perform a transient analysis of the hydraulic system including the existing fish hatchery supply line to determine appropriate valve closure times, (4) Explorations. Provide subsurface foundations explorations and soils investi- gations as required for the project. 1 (5) Soil Resistivity Measurements. Provide engineering services for onsite meas- urement of soil resistivity to support electrical grounding and cathodic protection design. = 1 D. Licensing and Financing Assistance Provide technical and licensing support to secure remaining permits and licenses and to comply with terms and conditions of existing licenses and permits. Provide i necessary drawings and data to secure required design reviews oy the Corps of Engineers, FERC, and other agencies. Assist the Owner, as required in negotiating the Memorandum of Understanding with the Corps of Engineers. I Prepare the "Engineer's Statement" necessary to support the serving of project financing. .t E. Design Engineering (1) General i ' (a) Complete designs, equipment, sizing, drawings, specifications, and r I other supporting efforts to the degree of detail that competent con- tractors can clearly determine manufacturing and construction work 4 requirements. Drawings will be prepared to minimize field engineering design and associated construction delays. (b) _ Prepare calculations as required for design decisions, equipment and d material se!ection, and preparation of construction drawings. (c) Develop the detailed site arrangement including provisions for location of all structures and equipment. (d) Prepare' preliminary drawings of equipment arrangements for Owner review and comments and final arrangement drawings for construc- lion. (e) Prepare construction drawings including the following. Site arrangement (penstock and powerhouse). Plant arrangements. t Bifurcation at existing outlet facility. Penstock. Roads and walkways. Grading and fencing. Drainage. Foundations. Structural steel, platforms, and stairs. Structural concrete. 2 Equipment location. Piping 2.1/2 inches and larger. Temporary piping. i Raceway. Fire protection. Underground utilities. Grounding and cathodic protection. Lighting and control wiring. i Electrical schematic and interconnection diagrams. Others as requited tCivil/Structural I i (a) Provide design engineering for construction facilities including 13y down areas, parking lots, and drainage. i (b) Provide analysis cf geotechnical investigations and soil borings for ~ i foundation design. (c) Provide detailed design drawings for hydraulic structures including ~ penstocks and valve structures in accordance with applicable code i requirements and seismic design criteria. k (d) Provide detailed design for powerhouse and auxiliary structures ` including foundations, concrete and reinforcing steel, structural steel, platforms, stairs, and enclosures. K (e) Provide detailed design for foundations and supporting members for all equipment. (f) Provide architectural de:;ign for the facilities. (3) Mechanical (a) Provide design engineering including piping and instniment diagrams, and piping design of auxiliary mechanical equipment such as the equipment cooling water system and other necessary mechanical systems. t T _ l1 1 f (b) Provide design engineering of heating, ventilating, and air conditioning systems (HVAC) for plant facilities. This will include arrangements of HVAC equipment, ai,d unit heaters which will be shown on design drawings, y (4) Electrical (a) Prepare grounding drawings showing grounding method and connec- t lion to major equipment. i (b) Prepare raceway and circuit lists for electrical installation. (c) Prepare racewa I and circuit lists,y drawings to be used in conjunction with raceway E (d) Provide protective relay settings. (e) Prepare lighting and communications drawings for all permanent faclities. (5) Instrument and Control (a) Prepare control and instrument schematic and interconnection dia- grams showing electriral control functions and devices. Interface connection diagrants will be prepared for all electrical equipment. , (b) Prepare instrument installation drawings, ~ p (6) Switchyard 1 (a) Provide engineering design for the switchyard. F. Procurement 4 (1) Equipment Specifications. Prepare specifications for all major material and equipment ineluding spare parts. Unless otherwise directed by the Owner, material and equipment will be purchased through comprritive bidding and fixed price contracts. The following purchase specifications are planned. (a) Turbirmgenerator and station electrical equipment. (b) Penstock, (c) Valves. (d) Switchyard electrical equitrnent. (2) Construction Spec ifica Prepare construction specifications as required. It is anticipated that only one construction package will be necessary. orp (3)' Bidders List. Prepare a list of potential bidders for equipment and construc- tion procurement as required and submit this list to the Owner for review and final bidder selection. ? 14) Bid Evaluation. Prepare a technical and economic evaluation of vendor and contractor proposals or bids and submit recommendations to the Owner. I (5) Contracts and Purchase Orders. Prepare the purchase order or contract issue of each specification for the Owner's execution. Establish engineering, fabrication, delivery, and construction schedules as applicable. (6) Processing Submittals. Receive and review vendor supplied data for conform- { ante with contract requirements. + I (7) Procurement Files. Index and maintain procurement files. 1 i (8) Progress Meetings. Participate in meetings with contractors, suppliers, and the Owner as required for effective review of progress and coordination of design, construction, and start-up activities. (9) Contract Administration. Perform all contract administration for equipment and materials contracts. (10) Delivery Status and Expediting, Sfordtor the status of equipment manufac- ture and delivery and perform expediting when appropriate. G. Resident Engineering 11 The engineer shall provide resident ergineeriig services as outlined below. (1) Establish a field project office and furnish resident engineering personnel The scope of services includes 120 man-days of effort by a resident engineer. This effort will be supplemented, as required, by the Owner. (2) Arrange for the construction contractor's unloading, handling, and storage of miaterials. DetercJne compliance with specifications and inspect for evidence of damage. G r (3) Maintain records of deliveries of ntatetials for use in checking of progress payment inw ',es and for scheduling purposes. I (4) Monitor the material delivery commitments specified in material purchase contracts to ensure the shipment of material will coincide with the project construction schedule. (5) Monitor and inspect to the extent practical activities of the construction contractor to ensure compliance with the specifications and contract docu- ments. x f .y w (6)' Monitor construction Progress by means of a project construction schedule. t (7) Participate in scheduling and constrw:tion conferences with the Owner and construction contractor as required, r (3) Review progress payment invoices and make recommendations to the Owner for payment of construction contracts by the Owner. (9) Initiate change orders as required for any required field modifications. (10) Supply the necessary technical support in the field to interpret drawings and perform such other engineering interface work as may be required in support of the construction, (I I) Conform Black & Veatch drawings to agree with construction records and furnish to the Owner the original raylar tracings of ail drawings. The draw- 1 ings will be provided at the conclu;ion of the project. Black & Veatch will retain one set of aperture cards for record purposes. H. Engineering Completion The Engi!teer shall provide the following engineering completion services. I d (1) System Descriptions. Prepare preUminary and final system descriptions for 777 all plant systems. A come fete sysL:m description will in.:lude as a minimum the following. (a) General description of system functions and operation. (b) Instrument and control diagrams. (c) Control logic diagram:;. { (d) Description of system equipment. (e) Equipment perfonnance curves, ! 1 (t) Preoperational testing requirements. 0 (g) References such as related drawings and manuals. 1reoperational Testing and Startup. Black & Vearch will establish the total I plant start-up sequence and will be responsible for writing and supplying a Plant Start-?4p Manual. The manual w2l be preparei on a system basis. The Owner's operating organization will vipply input and assist personnel in L writing And preparatior of this manufl. Black & Veatch will submit the Pla it Start-up Manual to the Owner for review and approval. The Owner will f operate all equipment and shall be solely responsible for system and plant operation and for the adequacy of the Plant Startup Manual, As a part of start-up of individual systems, preoperational tests will be performed, con- sisting of final inspection of all equipment and energizing and running of ail r equipment and systems. Systems will be independently tested for proper operation. r r 1 Black & Veatch will establish system acceptance criteria that reflect system i design and the vendors' perdicted performances. Test proceduers will be prepared by Black & Veatch for review and approval by the Owner. r (3) Performance Acceptance Tests. For warranty purposes, oversee equipment performance acceptance tests when required by the Owner. Black & Veatch will set the test requirements based on applicable performance test proced- ures. Tests will be performed by the Owner. Black & Veatch will review test $ results and make recommendations to the Owner concerning acceptance or any contract adjustment that may be required. (4) Operating :Manual. Provide a Plant Operating Manual, The Owner will supply input and assist Black & Veatch personnel in the preparation of this manual. E The manual will include plant start-up, shutdown, normal, abnormal, and 1 emergency operating conditions. The Owner shall be responsible to review and approve the Operating Manual and shall be solely responsible for its use. OWNER'S FESPONSIBILITIES The following activities for the project will be accomplished by the Owner ity or others and results from such activities provided to Black & Veatch. (1) Approve all proceduers jointly established to govern the relationships between the Owner, Black & Veatch, and third parties involved in the project, , (2) Provide itnincing and general administration. (3) Establish the actual disbursements of all funds to contrac,ors. (4) Establiih policy decisions relating to adnunistration of the project. t (3) Make final engineering and planning decisions, in a timely manner. Black & Veatch will provide the appropnate information and recommendations for consideration by the Owner. t (6) Execute and issue the formal purchase orders and contracts. Black & Veatch will provide appropriate detailed information, summaries. and documents for the use + of the Owner. j (7) Provide general accounting as required. Black & Veatch will provide appropriate cost breakdowns and summaries for use by the Owner. (8) Provide milestone schedule dates defining the Owner's time-related requirements. (9) Make formal application for and obtain all licenses, permits, and approvals required for the project by federal, state, and county or local agencies. Coordinate agency consultation and review of project festures. (10) Obtain water rights as required. 01) Obtain aL legal surveys and permission for access to property, purchase aU land, and obtail all land rights, (1.) Provide economic criteria for use by Black & Veatch for conJucting engineering studies and evaluating equipment bids. v (13) Provide copies of at available documentation and reports related to the project including„ but not limited to, governmental reports, surveys, memoranda, and impact Statements: feasibility studies: license applications including amendments thereto; maps; and hydrological, geological, and meteorological reports and sum- maries. (14) Provide engineering and construction management services related to design a,Zd construction of transmission and diitnbution system out from the switchyard. (15) Providc engineering, design, and installation of the supervisory control system to a plant interface terminal. (16) Provide resident engineering services at the project site to supplement the resident eagineering services included in this Scope of Services. c (1') Enter claims with suppliers and contractors, as required, for shortages and damages to materials. Formally transfer materials to the construction contractor and obtain receipts for such transfers. { EQU[P11EN'T AIND MATERIAL SUPPLIERS' RESPONSIBILITIES Fquipment and material suppliers will be responsible to furnish equipment and materials as >pecified and as scheduled in accordance with purchase orders and contracts prepared by ! Black & Veatch and awarded directly by the Owner, All major items of equirrnent will be pur- chased directly from manufacturers or vendors based upon detailed specifications prepared by Black & Veatch. FIELD CONS? RUCTION CONTRACTORS' RESPONSIBILITIES The construction work will be performed under o;ie or more separate contracts for power plant construction. Each of the contractors for field construction work will be responsible as an independent contractor under each respective conrract prepared by Black & Veatch and award- ed by the Owner to accomplish the following. (1) Supply all supervision, labor, and construction equipment required to perform the specified construction and installation -.vork in a manner acceptable to the Owner and Black & Veatch. Furrdsh in strict accordance with the contract those items of material and equip- ment specified to be furnished by the contractor for incorporation in the perma- nent constriction. , t "1r (3) Un!oad,store, and maintain Owner and contractor fumished delivery of contractor furnished equipment equipment and expedite ' (4) Perform the construction work in accordance With the co requireents and the construction schedule established for the project. 7hntconstructionm will be included as a contract requirement. schedufe • s (5) Provide field office. furnishings , Black & Veatch and the Owner's field personnel. supplies, and clerical services for • 1 a `Y i { f 3 n r v R A7 TACIMENT 2.0 COMPENSATION Owner shall pay to the Engineer for the performance of the Services the sum of the following amounts. ' (1) The amo c applied to uthe Servicest~es payroll costs for the actual time of office personnel An amount equal to the actual out-of-pocket cost or standard charges for , p expenses incurred by Engineer directly chargeable to the Services rendered pursu- ant to this Agreement. Such expenses shall specifically include, but are not neces. sarilY limited to, the following, (a) Long distance telephone expenses. i (b) Standard charges for operating time actually applied to the Services of Engineer's computer center, other computer centers, and Engineer's auto. mated drafting systems. (c) P rints, reproductions, word processing, and printed documents at standard rates. (d) Reasonable traveling and living expenses for personnel. (e) The actual cost paid by the Engineer to third parties, E , (f) Other direct expenses related to the Services. i An escalation rate of no more than five percent p Per services performed subsequent to December 31, 1984. year will be applied to salary costs for .J Payroll costs include actual salary plus allowances for holidays, vacation, sick leave, FICA and 1 unemployment taxes, worker's compensation insurance, and employee benefits including medical insurance, supplemental retirement programs, life insurance, incentive tuition reimbursements, and other miscellaneous benefits. compensation, TJ e payroll allowance, exclusive of holidays, 5110 be fixed for the term of this Agreemert at ' twenty-nine (29) percent of the hourly salary rate. Hourly sa!ary rates shall be equal to the monthly salary divided by the number of regularly scheduled working hours during the Engi- neer's fiscal month; thus, the allowance for holidays is provided in the hourly salary rate. The Engineer's fiscal month is from the 27th day of each month through the 26th day of the succeeding month, .Y Engineer will submit to Owner monthly invoices for Services performed. Each invoice will be submitted by about the fifteenth day of the month following the month during which such Services were performed. Owner agrees to pay Engineer's monthly invoice within 30 days after the invoice date and to pay Engineer a carrying charge of 1.112 percent per month (18 percent per year) or the maximum rate allowed by low, if less, on all amounts remaining unpaid after - 60 days following an invoice date. Owner has the right to audit the time records and salaries of personnel and charges for direct expenses for assignments for which cost-plus compensation is provided. 1 ATTACH.'HEN-r 2.0 , ° COMPENSATION i Owner shall pay to the Engineer for the performance of the Services the sum of the following e amounts. (1) The amount of 1,85 times payroll costs for the actual time of office personnel applied to the Services. (2) An amount equal to the actual out-of-pocket cost or standard charges for all expenses incurred by Engineer directly chargeable to the Services rendered pursu- ant to this Agreement. Such expenses shall specifically include, but are not neces- sarily limited to, the following. (a) Long distance telephane expenses. e (b) Standard charges for operating time actually applied to the Services of j Engineer's computer center, other computer centers, and Engineers auto- mated drafting systems. E (c) Prints, reproductions, word processing, and printed documents at standard rates. i (d) Reasonable traveling and living expenses for personnel. i (e) The actual cost paid by the Engineer to third parties. (f) Other direct expenses related to the Services. i Engineer agrees that the total amount payable by the Owner for the Services shall not exceed 5230,000 (1984 S) for Design Engineering and S90,100 (1984 S) for Resident Engineering and Engineering Completion Services without prior written approval from the Owner. An escalation rate of no more than five percent per year will be applied to salary costs for services performed subsequent to December 31, 1984. As long; 3s the project schedule included as a part of Attachment 1.0 is maintained, the Engineer agrees that the total amount payable by the Owner for the Services shall not exceed 5241,000 for Design Engineering and 5100,000 for Resident Engineering and Engineering Completion as specified. i Payroll costs include actual salary plus allowance, for holidays, vacation, sick leave, FICA and unemployment taxes, worker's compensation nsurance, and employee benefits including medical insurance, supplemental retirement programs, life insurance, incentive compensation, tuition reimbursements, and other rniscelIaneous benefits. i The payroll allowance, exclusive of holidays, shall be fixed for the term o! this Agreement at twenty-nine (29) percent of the hourly salary rate. Hourly salary rates shall be equal to the monthly salary divided by the number of regularly scheduled working hours during the Engi- neer's fiscal month; thus, the allowance for holidays is provided in the hourly salary rate. The Engineers fiscal month is from the 27th day of each month through the 26th day of the succeeding month. Engineer will submit to Owner monthly invoices for Services performed. Each invoice will be submitted by about the fifteenth day of the month following the month during which such 1 Services were performed. Owner agrees to pay Engineers monthly invoice within 30 days after the invoice date and to pay Engineer a carving charge of 1-1/2 percent per month (18 percent per year) or the maximum rate allowed by law, if less, on all amounts remaining unpaid after 60 days following an invoice date. Owner has the right to audit the time records and salaries of personnel and charges for direct . expenses for assignments for which cost plus compensation is provided. k 1 i i i E r l A Yi 1 T6 W y v T, I ,I , 71-7 1 i ATTACKMENT 2.0 COMPENSATION Owner shall pay to the Engineer for the performance of the Services the lump sum price of $241,000 for Design Engineering and $100,000 for Resident Engineering and Engineering Completion Services. The Engineer's fiscal month is from the 27th day of each month through the 26th day of the succeeding month. Engineer will submit to Owner monthly invoices for Services performed. Each invoice will be submitted by about the fifteenth day of the month following the month during which such Services were performed. Owner agrees to pay Engineer's monthly invoice within 30 days after ~ the invoice date and to pay Engineer a carrying charge of 1.112 percent per month (IS percent per year) or the maximum rate allowed by law, if less, on all amounts remaining unpaid after 60 days following an invoice date. e i } t 1 i r 1 r s' 7 ti M{ 1 1984 1985 A S O N U J F M A,,L l LJ IA IS t0 IN ~D 1 rF tM iA tM ~1 ~J ;]:S:±__ Project Adminatrstion Project Plannlnl and Contra! DctermLradoo of Project Dana Basis i Turhine/Genenlor SpedGcatlon B A D Desilp En&eerins I Clod Jllechs" Electrical Switchyard Electrical Equipment Procurement t3 A D Pcnalodc Procurement B A D 1J General Construction SpeciGcadoo A j Construction Wiegemenl E Englneerinti Completion B - hd f A - Award j D- Delivery PROJECT SCHEDULE 1 71 C1TYof DENTON, TEXAS MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (817) 566.8200 November 6, 1984 Mr. Joe Vaschak Westinghouse Electric Corporation Apparatus Service Division 2475 East Long Avenue Fort Worth, TX 76201 Re: City of Denton-GE 15/20/25MVA Transformer City of Denton PO #52636 Westinghouse Order #FWRD620 Dear Mr. Vaschak: This letter is to confirm our telephone conversation of October 11, 1984. The City of Denton Electric Utilities Department will accept 30,000 in full and the Westinghouse Electric Corporation offer of X30, final settlement for damages sustained to the above-referenced transformer at the Long Avenue facility, with the understanding that the City of Denton will retain any and all salvage value of the damaged transformer. The City of Denton, in accepting this settlement offer, will release and forever discharge Westinghouse Electric Corporation e from any liability, claims or causes of action resulting from damage to the above referenced transformer. a d the Shoitldsaye uto emei with please formal release in this matter, your draft and we can conclude this matter. Thank you. Sincerely yours, R.-E. Nelson, P.E. Director of Utilities s REN:js cc: City Secretary, City of Denton,-T2)ta., E. B. Tullos, Asst. Dir. of Electric Utilities Ray Wells, Supt., Metering/SS - File PUS APPROVAL. P&Z APPROVAL k, CC APPROVAL EXECUTED FILED ~yWAMYSVV COPR3 TO: I , 1 i I I i I I 1 1 1 j 1 i Q OFF= OF rH CiT'f ATrOR,v,:y 4 .NE.1fOR:iNDC''d C12:11- ~;~amev Keberi a. ; unter, Assfsrm t C:Ly A Vcrr:ey DATE: November 6, 1984 TO: R. E. Nelson, Director of Utilities I FROM: Robert B. Hunter, Assistant City Attorney SUBJECT: Acceptance of Westinghouse Electric Settlement Offer At your request, I have reviewed y proposed acceptance letter of the Westinghouse settlement offer a,.,, have the following comments. A legally binding release of all claims must contain certain essential elements which are omitted from your letter such as the date of the damage, the address of the occurrence, provisions for witnesses and notarizing, etc. Although we could prepare a formal final release for you, Westinghouse Electric probably has, and prefers to use, its own release form that is particularly suited to claims of this nature. Therefore, I am submitting herewith a proposed redraft of your letter which also references the proposal on retention of salvage value. Should you require anything further, please advise. ROBERT B. HUNTER RBH:js 1 r CONTRACT AGREEMENT STATE OF TEAS 1( COUNTY OF DENTON + THIS AGREEMENT, made and entered into this _ 6 day of ;jeramhar _ A.D., 1984 , by and between City of Denton, Texas . L of the County of Denton and State of Texas, acting through +1 C. Chris_ Hartung,, My Manager `thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and larrg dlhAnoet+c f1ha Albenesius Ccitracting, P.O. Box 93, Jackson, NE 68743 i of the City of Jackson , County of and state of N gka Party of the Second Part, hereinafter ~br~ termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments end agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bolds bearing even date herewith, the said Party of the Second Part (CONTRACTOP.) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the conatruction of certain improvements described as follows: Bid 89358 _ Water 6 Sower Lines Capital Improvements P Purchase Order 966163 8 66163A for a total of $176,115.50. i 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 furttish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the sail construction, in accordance with the conditions and prices stated in the Proposal attached hereto, aad in accordance with all the General C0•3d1tions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Perforcance ar.d Payment Bonds, all attached hereto, and in accordance with the plans, { which iucludes all maps, plats, blueprints, and other drawings and printed or i CA-1 0044b ++rittea explanatory matter thereof, and the Specifications therefore, as prepared by Utility Oepartnent and En ineerina Department City of _Denton, Texas - - - - - - - - - - - - _ of which Zonstt teethe lentire contracmade a part hereof and collectively evidence and p The CONTRACTOR hereby agrees to commence work on or after the date ri established for the start of work as set forth in written notice to commence work and complete all work within the , time such extensions of time as are provided bgtheaGeneral and Special Conditions. subject to The OWNER agrees to pay the CONTRACTOR in current funds the pric 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. I agreement IN the WITNESS WHEREOF, the parties of these presents have executed this 1 r year and day first above written. ATTEST• Pe,r ; I-, th n C Har n ftCFrt O I;s w Y.lR a ne R ae s e (SEAL) I ATTEST; Party t 'e Seco-- d Part, CONTRiC OT Larry Albenesius .1a Albenesius Contracting P, Tit:1 e O 7-v F (SEAL) APPROVED AS TO FORT: r C3 y Attora ~ CA-2 0044b PERFORMANCE BOND NEBRASKA STATE OF/TVASI C j COU2iTY OF LANCASTER) t KNOW ALL MEN EY THESE PRESENTS: That Albenesius Contracting of the City of Jackson County of _k^r, and State of _2~ehraska _ as PRINCIPAL, and Merchants Bonding Company (Mutual) 2100 Grind Avenue, - j /pines. Iowa , as SURETY, authorized under the laws of A 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 -One Hundred Seventy-Six Thousand One Hundred Fifteen and SO/100---- -----Dcllars (5la.115.50 for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, R successors and assigns, jointly and severally, by these presents: I WHEREAS, the Principal has entered into a certain written contract I with the OWNER, dated the 6th day of occember , 19 89, for the construction of Bid 4935a Water & sewer Lines Capital Improvements _Purchase order 466163 & 66163A which contract is hereby referred to and made a dpart hereof as fully and to the same extent ao if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the I~ said principal shall faithfully perform said Contract and shell in all respects, condi.ticns and agreements in and by said contract agreed and covenanted by the I' Principal to be observed and performed, and according to the true intent and 11 meaulag of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise t~ 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 c 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 t 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. b IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed tbia instrument this 12th day of December 0 19 84. i J w ALBENESIUS CONTRACTING MERChANTS BONDING CTIPANY (MUTUAL) Principal Surety f By: BY 'E 4or-1 llej~zcj' Robert T. Cirone Title zi„1 x,e e Title Attorney-in-Fact Address X L; Address P. 0. Box 82007 ore, /o Li nrnl n. HAhra cka f,R5;nl /l ' I (SEAL) (SEAL) The name and addzess of the Resident Agent of Surety is: 1 Paul Rayburn, Central Insurance Agency, 0000 N. Larmar, Austin, Texas 78752 r NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b I 1 K 7 1 / PAYMENT BOND NEBRASKA F STATE OF ' kY& ) COUNTY OF LANCASTER KNOW ALL MEN BY THESE PRESENTS: That Albenesius Contracting of the City of Jackson , d County of DakotaN~ - and State of Nebraska , as principal, and , Merchants Bonding C2mpany Ulutual) 2100 Grand Avenue. Des_Noines, Iowa a - authorized under the laws of the State of Texas to act as surety on bends for principals, are held and firmly bound unto City of Denton, Texas OWNER, in the penal sum of Gne Hundred Seventy-Six 7 Thousand One Hundred Fifteen and 50/100---------------- Dollars 0 176.115.50 ) { for the payment whereof, the said Principal and Surety bind themselves and their Z heirs, administrators, executors, successors and assigns, jointly and severally, by i thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 6th day of December 19 64 f Bid 09358 Water 5 Sewer Lines Capital Improvements 1 - PtirrhAgp Qrr1F.- fir6161 r rr,1F,3n S i 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 CF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying Tabor and material to him or a I 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 i i i 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 Y 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 WHEFEOP, the said Principal and Surety have signed and sealed this instrument this 12th day of December 19 84 ALBENESIUS CONTRACTING MERCHANTS BONDING COMPANY (MUTUAL) Principal Surety p B - f Robert T. Cirone Title O cc. VB r Title Attorney-in-Fact Address Al o u-9_ Address P. 0. Box 02007 - C Lt Fe✓ Linc?ln. Nebraska 68501 l -.r s Kos le c- 7 1 a (SEAL) (SEAL) r 13 3 The name aad address of the Resident Agent of Surety is: f 1 Paul Rayhurn, Central lnsrancee Aaencv. 6,',)0 N. T,arrnar.Austin, Texas 78752 PB-4 0092b i 1 41 MAIN7ENANCE BOND r N EB R IS 3CA STATE OF TMA,i } F COUNTY OF LANCASTER KNOW ALL MEN BY TFESE PRESENTS: THAT Albenesius Contracting as Principal, and Merchants Bond in Com an (Mutual) Des Moines, Iowa a Corporation authorized to do usinesa to a State of ;VRT, as Surety, do ereby 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 Countv, Texas the sum of Seventeen Thousand Six 1 Hundred Eleven and 55/:00_____ ________________Dollars 17,611.55 2 X of M tile total amount of the contract for the payment of which sum said principal and , surety do hereby bind themselves, their successors and asssi y severally. gna, jointly and This obligation is conditioned, however, that: ,F WHEREAS, said Albenesius Contracting y has this day entered into a written contract wit t e said City of Denton to bul a and construct Bid #9358 water 5 Sewer Lines Capital Improvements Purchase order #66163 Z -6-6163A w contract and the plane and specifications t stein mentioned, adopted y 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 ':e done and performed for a period of one (1) year 1 from the date of acceptance thereof and do all necessary backfilling that may S 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 ccatemplated by said contractor on constructing ` the same or on account of improper excavation or backfiliing, 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 ir. said contract for each day's failure on the part said Contractor to comply with the terms and provisions of said contract and thisobond. MB-1 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. a ff It is further agreed that this obligation shall be a continuing one against the Principal erd 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 Albcnesius Contracting as Contractor and Principal, as caused ewe presents to a executed by b and the said Merchants Bondir Com an Mutual as surety, has caused these presents to a executed by its Attorney-in-Fact Robert T. Cirone and the said Attorney-In-Fact has hereunto set his hand t a 12th day Of December , 19 84 , SURETY: PRINCIPAL: -1JF+ 4,r Y (AfLr:UAL) ALBENESIUS COtrSRACTI*N, ^ BY., ~ • tc.ta♦ Robert T. Cirone Attorney-in-Fact P~- I a f 1 ri3-2 0093b 1 MERCHAN'T'S BONDING COMPANY MUTUAL- DES N101NES, IOWA POWER OF ATTORNEY Know All Afcn By These Presents, that the MERCHANTS BONDING COMPANY IMumali, a corporation duly orgurixd unJer the laws of ft State of Iowa, and hosing its principal office in the Ciry of Des Moincs, Count) of Polk, Smre of Iossa, hath made, constituicd / and appointnl, and Avs by these pcsenis make, constitute and appoint Robert T. Drone, G. Dennis McArdie or Betty Kreifels of Lincoln and Swre of Nebraska its we and lawful Attorney-in-Fact. with Ul poser and authcrity' hereby' conferred in its name, place and stead, to sign, execute, acknowledge and diih%cr in its behalf as surety'. f; Any or all bonds or undertakings, provided that no bond or undertaking executed under this authority shall exceed in amount the sum of ONE WLUON & NO I DOTHS ($1,000,000.00) DOLLARS. j and to bind the MERCHANTS BONDING COMMSY (Mutual/ thereby as fully' and to the same extent as if such bond or undertaking was i~ signed by the duly au"?zd officers of the MERCHANTS BONDING COltP.ANY (ktutual), and alt the acts of said Attorney, pursuant to the authority herein given, are hereby' ratified and confu d, y This Pua'ttvf-Attoxney is ntadc and executed pursuant to and by authority of the following ey'-law adopad by the Board of Directors of the htFRCKAsiNTS BONDING COMPANY (Mutual), i ART7CL,E 2, SECTION SA, -"The Clrairtnan of the Board or President or any Vi.c President it Sctirer,uy shall has'e power and E authority to appoint Artonw)s-in.Fact, and to author um them to execute on Mal! of the Comp:• y and attach the Seal of the Company thereto, bonds and undertakings, recogw¢ nces, cci of indemnity and other ~sri'mg: obligatory in the nature thereof In Witasm Whereof, MERCHANTS BONDING COMPANY (Mutaall seas caused these Irernji ~rigned by its Vice Presidents, and its corporate seal to be hereto affixed, this 1 st day of UC A D., 19 83 s i Attest'. MERCHANTS BONDING COMPANY Nfutual) C i x~ptN G l 9y ~1i'L. ' STATE OF IOWA I COL'N`n' OF POIX 0 i On this 1st day of October 19 83 hcforc me appeared M.1. Long and William Warner, to me personally known, who being by me duly sworn did ay that thin are A'iac Presidents respectivrly of the MERCHANTS BONDING COMPANY (Mutual). the corrvirarion described in the foregoing insuumcnt. and dial the Seal affued to the said instrument is the Corrxrate Seal of the said Corporation and that the said irstturrcnr w'as signed and scaled m behalf of said I Corporation by authority of its Board of Diseases. I. In Testimony Whereof, I have he,eunio set my hand wid affixed my' Official Seal, at the City of Des Moines. Iowa the day and year first above written G. B A L,hO L'V CZ.''M C.J, (~t k r~iTp I 3 ' IOWA n - r, m,,,, , n,- y 8486 r 44I0- ~P COl'.\"I Y 0f POLK f, M. J. lamg, Vice Presrlcm of the MERCHANTS BOS;DING COtifPVNl' Ihfutuah, do he~ p i'lq the uhrsc and foregoing is a we and coroa copy of the POI"ER OF AM)RNEY aecutcd by sw4t* . At9 NDING C'OSIPANS'tSlutuxl!, which is still in farce and effect ~ . •r^P0A ,p•0. lij In WSUx'ss Whereof, I hale hcreui,ro set my' hand and affixcJ the seal of the Company, it Llllcoln rf ••5 je this 12th day of Dccember 84 i s, , . bow This power of anomey' expucs --Until Revoked _ __T,r _ CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS S Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: d _ TYPE OF COVERAGE LIMITS OF LIABILITY I. WORKMEN'S COMPENSATION STATUTORY 11. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each eccurance Aggregate 1 Property Damage $100,000 Each accident III. COMPRCd.NSIVE AUTOMOBILE LIABILITY 4 Bodily Injury $300,000 $1,000,000 Each person Each accident Proper-v Damage $100,000 Each accident A. In addition to the insurance described above, the k Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with the following limits: BODILY INJURY PROPERTY DAMAGE $300,000 each person $100,ODU each accident 3 $300,000 each accident $l,000,U00 aggregate Covering the work to be performed by the Contractor for the City of Denton. f B. The contractor will furnish the Owner's Protective Policy described above: and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. I #0399c jjr 1 I , i r ` i CER'Ti.--ICATE OF INSURANCE THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and excfusiors, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an / additional insured on the policy or policies referred io herein. In the event of any material change in or ezoceflation of the policy or policies, Cie company or companies will mail ten (10) days' written notice to the party to whom this certificate is addressed NAME AND ADORFSS OF PARTY TO WHOM CERT:F:CATE IS ISSUED DATE: 4 14- 84 REMARKS: City of Denton 011-8 Texas St. Bid Denton, TX 76201 Attn: John J. Marshall, C.P.M. ti Purchasing Agent i &AME AND ADDRESS CF INSURED: LARRY ALBENESIUS CNTRACTING P. 0. BOX 93 i JACKSOf1, U. 63743 LIMITS OF LIA8I LITV• JNSURAf~C Typo al Irvurer,ce Polky Effac tive Expir ation ~Number Oats Date rkmen's Compentaton Statutory C235El974 6-E-84 6-C-85 Woyers Liabiiiry Employee Li:biliry Limits-5700,000 mprohsnsive Soddy Injury neral Liability 500,000 CSL 605707201 6-6-94 6-6-35 . S etch Oteurrrnq Aggro rite Products S 600 0{ 0 a Completed Ooeraiore Property Damage S INCL EaehOeeurrones S INt,L A gvegs t a 0 Dare Lion's S L Aggregate Protective S$ ['it, L Aggregate Contractual ~til.L -Aggregateerocucrs _ $ 6 computed oowationsr i Corpr9nensj aoddy Injury I Auto „opa. Liatiety•• 500 000 CSL S Eacsh Person iiA INSURANCE CO. CAL648901 E-6-34 6-6-8ri s EachOceurrence Property Damage SING, Each Occurrence +P, UISURAiiCc CO. EXCESS LIABILIT XBCS?9512 E-E-34 £-6-.95 $1,000tOC'0 V IBRELLA FOR;; Y Absence of any soorot.,riate entry means r•a such insursnce is in force, XAXE .WD ADDRL53 0 Cpvery alp owned, non-owned or n;nd vol 7 i 12-276-5332 i / - L -Gt. 4~c C._ 4 r 10" I WER OF ACII r~ - Authorized Rep yantanves of ma Insuranu Comosnie, referred to alcove. BID ff~3a8 PROPOSAL TO i THE CITY OF DENTON, TEXAS For the Construction of 1984 UTILITY CIP-SECTION B 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 prescrihed therein 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, aad 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 1 diminished as may be considered necessary, in the opinion of the City, Co complete the work fully as p,.alned 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 p r , cover additional work ordered by the City, bumay be Lnc t of showna ndthe R plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be r decreased to cover deletion of work so ordered. r i P - ^1C It is understood and agreed that the work is to be coa.,pleted R r according to the work day totals given on the tabulation sheets. Accompanying this proposal is a certified or cashier's check or Bid Bond, payabla to the Owner, in the amount of five parcent 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 b considered as pa ent for damages due to delay and other f 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 plane and specifications, for the following sum or prices, to wit: y 4 { i ~ i I i i P 2 BID # 9358 PO4 WORK DAYS 1984 UTILITY CIP - SECTION B BID TABULATION SHEET ' Anderson Street Waterline i Item Description Bid Quantity Unit Price Ext Total W-1B 6" Waterline 605 LF 13,Q0 `LF 7dbS.aO W-2B 6" Gate Valve 1 EA ,300, 00 /EA 300.00 W-3 Fire Hydrant 1 EA b rc•uo /EA 50• ~0 3 W-4A 3/4" Services 14 EA 3 0c,oo /EA y~oo.•o a 104-A Concrete Removal 25 SY Sp°~ /SY i S•°° 104-B Remove Curb & Gutter 15 LF ,?,e0 /LF a 0. .340-B 340-B Type D Asphalt Patch 35 TONS l0e.0o /TONS 522 Concrete Curb & Gutter 15 LF 8,00 /LF 524-A Concrete Driveway & Pavement 25 SY 30,00 /SY SP-2 Sawcut 35 LF ~,oo /LF 70.10 BID TOTAL $jG,~/~Oo 1 r BID d 9358 PO# WORK DAYS 1984 UTILITY CIP - SECTION B BID TABULATION SHEET Cresrwood-Wilsonwood Waterline ~ Item Description Bid Quantity Unit Price Ext Total f W-1B 6" Waterline 1328 LF $13.00 /LF $f11f'Y.oo W-2B 6" Gate Valve 2 EA 3oo.0o /EA 600.00 W-4A 3/4 Services 11 EA 300.00 /EA '3.3o°.v° 104-A Remove Concrete 2 SY x;00 /SY 104-B Remove Curb & Gutter 10 LF d~,o o 340-B Type D Asphalt Patch 50 TONS 00.00 /TONS 300°'°° ` 522 Concrete Curb & Gutter 10 LF 700 /LF uo.u~ i 524-A Concrete Driveway & Pavement 2 SY 30.00 /SY x/4.00 SP-2 Sawcut Existing Concrete 22 LF 11.00 /LF SP-3 Sprinkler System Relocation LS iooo.Co /LS /000.0o and Reseeding Easement BID TOTAL $ay; 37~ °O P-3 BID # _ 9358 PO# ` WORK WrS----~j 3 Days Extra or Alternate 1984 UTILITY CIP - SECTION B BID TABULATION SHEET a E Gregg Waterline Item Desak on Bid uantity Uni_ t price Ert Total W-1B 6" Waterlain W-2B 6" Gate Valve 615 LF 13,00 /LF $ V99s.0o W-3 Fire Hydrant 1 EA 30 o, co ; W-4A 3/4" Serviq:e 1 EA 6 T-09'0/EAA v :;,0,0 0.0 104-A Concrete Removal 12 EA °"•o0/EA 3600.0 104-B Curb & Gutter Removal 2 SY S,oo /S1, /0. e0 340-B Type D Asphalt Patch 13 2TO 9.0o AF ~6 e v 522 Concrete Curb & Gutter 5 TONS /o o, e0/TON 524-A Concrete Driveway & Pavement 2 l LF e 0 Y-• O 2 SY sr',oo /LF / o ~v SP-2 Concrete Sawcut 3c).00 MY 410,00 32 SY. a,co /SY Gyoo BID TOTAL / r?09.a0 Alternate W-1C 4" Waterliin W-2B 6" Valve 20 LF 610,oo /LF W-2C 4" Valve 1 EA yoo.oo ~ If- 11 ,3oo,oa/FA 3ou.re. W+5 4 6 Tee 2 EA dSo,OO/ A 1 EA aoo.oo/EA 6-00.~o Alternate Total a oo.uo BID Q ~ydo,do + 71 POI ~Q1SA WORK DA 5 << 1984 UTILITY CIP - SECTION B BID TABULATION SHEET Hillcrest Waterline Item Description W-IA 811 Bid Quantity Uni__t Price Extt To W° B 6" Watermain 2335 LF ' I`I! ~1o /LF $ W-2A 8" 35 LF 33 F57, 3-a Gate Valve 13,00 /LF yJ y-oo W-2B 6" Gate Valve 3 EA Jso,oo /EA ioSo, o0 EA. i W-3 Fire Hydrant 5 3oo,oo/EA /300.00 W-4A 3/4" Service Line 2 EA 6 So,ve/EA /,?o 0 •100 W-4B 1 1/2" Servicr Line 49 7Yo•oo/EA 340-8 / 2~aSo,oo Type D Asphalt Patch 5 EA yoo,oo/EA ,7000,eo 522 Concrete Curb 15 5 TONS b Gutter ~0,o0/TON ?600.00 SP-2 Sawcut Existing Concrete 75 LF Soo /L8 &00.00 200 LF ot,oo /LF yoo.oo TOTAL $ a,yea so en um ece vet P - 4 BID # 9358 PO# WORK DAYS 15 1984 UTILITY CIP - SECTION B BID TABULATION SHEET t McCormick Street Waterline g Item Description Bid Quantity Unit price Fx~ t^Total W-1B 6" Watermain ' a W-28 6" Gate Valve 485 LF 13.00 /LF ~G3°3soo W-4A 3/4" Services 1 EA 30 c>-,:>0/EA ~a Ga 104-A Remove Concrete Pavement 10 coq' =BOO 49/LF I 104-E Remove Curb b Gutter SY • -0c, /SY GOO ao 340-B Type D Asphalt Patch 2212 LF TONS 0to o /T is ~.r 522 Concrete Curb 6 Gutter 1:. LF r.00 /TON i00 524-A Concrete Driveway S Pavement ° /LF Pe, 4o SP-2 Sawcut 3 SY 3o.on /SY yo.o~ 22 LF 0 0 /LF ~iv.0d BID TOTAL Y $ll/9y,co 1 s BID #-g3s_ s POa ' r WORK D-AY3"-3- 1984 UTILITY CIP - SECTION B BID TABULATION SHEET I f Fanin Sewer i Item DescrO4 Bid uantit Unit Pry Ext= S-1 10" Sewermain S-2 8" Sewermain 437 LF I7,oo /LF $7,Y19,ao S-3A 4' Manhole 477 LF ~y,oo /LF G6 1d. ao S-38 Rebuilding Existing Manhole ~ft 1 FA l Soa,°o ~F 4060,00 S-4A 6" Sewer Service •3 "'m S-4B 4" Sewer Service `h 1:A 36S0,oo / ' ioSSOoe„ 0 F.A 104A Remove Concrete Pavement C``-- 13 300.0° lV 20 SY o o /S Y Y 3 9 oo 00.0 104B Remove Curb & Gutter 3.e0 104C Remove Concrete Sidewalk ~ 17 LF /f / Y Y,oo { 340-B Type D Asphalt Patch y 10 T oo /TO ~ooo 6 e 465 Adjust Existing Drainage y 45 S e2 &,o. C,O, a / /LS TSON A00.o0 t 470 Storm Sewer Manhole LS o aoo 522 Concrete Curb & Gutter 1 EA 1600,oo /EA /n o.00 T.o 524A Concrete Pavement & Drivewa 120 SY 7 LF n, -o /LF SP-2 Sawcut Existing 3 Y 8 00 /SY C a 38 LF 4.00 AF F 76,00 BID TOTAL $~a~yi3 00 P - 5 r BID (f q,3 5,q i PO# WORK DAYS _ t 9 1984 UTILITY CIP - SECTION B BID TABULATION SHEET ` Texas Street Waterline Item Description Bid Quantity Unit Price Ext Total W-1B 6" Watermiin 837 LF 13,o0 W-2B 6" Gate Valve 1 EA 3o o,60 SEA s ~QFS~•oo W-3 Fire Hydrant 1 EA 6 5,0. CI 30~•~ ~ So,QO at W-4A 3/4" Services 8 EA 300.0 o /EA 1 W-4D 2" Services 3°D Od / A ~yoc, o0 104-A Concrete Pavement Removal 10 ySo,oo/EA Qou.ao 104-8 Remove Curb & Cutter . G o MY $o,o 0 340-8 Type D Asphalt Patch 111 LF 1 LF 01-00 522 Curb and Gutter 42 TONS %o.oo %TON s~o~~do 524-A Concrete Pavement & Driveway 10 SY bov /LF SB.cc SP-2 Sawcut 44 LF , F 3Qaob . 07.,oo o AF $6, 00 BID TOTAL $//9900 General Bid Items These items may be used on any project if field changes dictate the need. W-0 1" Water Service EA 3,:i'o-ao i W-4C 1 1/2 Water Service /EA DSO d r• 1 W-5 Cast Iron Fittings EA oo LBS ,,yao•S0 O / /LB B /..Sro So I ~ I t r 3 I Q Q f a i P - 6 BID TABULATIONS - UTILITY CIP 1984 - SECTION B i s WORK DAYS 1) Anderson Street Waterline $ /4,o?/p,0o 25 2) Crestwood Waterline $ '16; 378.00 30 1 ~ t 3) Gregg Waterline $ 111),3 0 9,0 o 20+3 Alt. 4) Hillcrest Waterline $ (o.Z~ ~//a,SU 55 5) McCormick Waterline 00 15 i b) Fanin Sewer $ 0?8, y13.60 .,O y 7) Texas Street Waterline 00 25 r SECTION B TOTAL $ 4o, //S, SO 200 I 7c~,~ i f FROJECTS MAY BE AWARDED SEPARATELY OR ALL TOGETILER. Each project will have a bid number and purchase order number. Bob Nalson, Director of Utilities, will be determine the final award. (Administration of one contractor (contract) is much more cost effective for the City if bid allow). j~ i P - 7 BID SUMMARY lea TOTAL. BID PRICE IN WORDS 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 i proposal, shall control over extensions. e ~an/~fac iAvj fzfd Kje f gY~ r APPRp u) { r *4,1284 S reef d CJ real ; u , f f a oN b ~a .rte, !v ~ 1 v 3 ty an State r i Seal & Authorization _ S (If a Corporation) p/ 7_0?~ _ Qa~ X /75 e,ep one ! ~ma - 6 3a - I? P-8 BID NUMBER 9344 CONTRACT AGREEMENT i THIS CONTRACT AGREEMENT, made and entered into this 30 November of the First Parta,heTeinafterwcalledetheTY OF DENT N; TEXp$aY of ASEA Electric, 400 S. Prairie Ave,, Party Waukesha, Yer 5318b of the Second Part and hereinafter called the "Contractor", WIT-- SE`: THAT~EREEAS, The (vner has caused t be pred, in law, specifications, plans and otherocontractadocumentscfordtheewo=k has herein s;,ecified; a,:d WHEREAS, the said Contractor has submitted to the j Owner a Proposal in accordance with the terms of this Contract Agreement; reement• WHEREAS t and j he Owner, in the manner prescribed by law, has determined and declared the aforesaid Contractor to be the lowest and beat bidder for ! the said work and has dug therefor for the sum or y awarded to the said Contractor a thereof being attached co and the Contractor's Propocont, sums named in sal, a atcopy } made a part of this Contract Agreement; NOW, THEREFORi, in consideration of the Contractur and of the mutual agreements bereinscontained the coation to be these presents have agreed and hereby paid to the its successors, and the Contractor foraitsel{the parties to or its, his or their successors and assigns, Owner for itself and executors and administrators, as follows. or its, his or their ARTICLE I. That the Contractor shall subst^ icon transformer complete as specifiedhandbrequired in accordance with the provision; of the Texas, made a part hereof contract documents which are attached and ` and covered b ' and shall execute and complete all work included in the said Contrac the torer's official award of this Contract Agreement to ARTICLE It. That the ~ ` materials embraced in thisr P ` Y to the Contractor for the work and Contraca accept as full compensation thereftor Agreements and the Contractor will ~ the sum / for all work covered by and included in the contract award in the foregoing Article I; payment to be made in cash or in the manner ~ designated provided in the specifications attached heretos equivalent CA-1 1 BID NUMBER 9344 ARTICLE III. That time of completion is of the essence of the Contract Agreement, and that the Contractor shall proceed with the specified work and shall conform to the following schedule: (Guaranteed delivery date as shown in proposal data) E BID #9344 $260,410.00 as per proposal attached l i IN 'W'ITNESS WHEREOF, the parties hereto have executed this Contract " Agreement as of the day and year first above written. CITY OF DENTON,.TEW j' (SEAL) 1 Bq ;f.r ,J Car 4 Attest Attest l ~ f The foregoing Contract Agreement is in correct form according to law and + is hereby approved. i l f r _ Attorney for Owner 1 ~ t r s 1 CA-2 31D NUMBER 9344 PERFORMANCE BOND ~I KNOW ALL hEN BY THESE PRESENTS that we, ASEA Electric, 400 So. Prairie Avenue, Waukesha, Wisconsin 53186 hereinafter referred to as "Contractor", and Northwestern National Insurance Company of Milwaukee,wisconsin j a corporation organized under the laws of the State of Wisconsin i and authorized to transact business in the State of Texas, as Surety , j and held and firmly bound unto the CITY OF DENTON, TEXAS hereinafter referred to as "Owner", in the penal sum of Two hundred sixty thousand, four hundred ten dollars ($260,410.00) j for the payment of which sum, well and truly to be made to the owners we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally, by these presents: WHEREAS, on the 30th day of November , 19 84, the Contractor , entered into a written contract with the Owner for furnishing materials, supplies, and equipment not furnished by the Owner, construction tools, 1 equipment, and plant, and the performance of all necessary labor, for and in connection with the construction of certain improvements described in the attached contract documents; and l WHEREAS, it was a condition of the contract award by the Owuer that iE C these presents by executed by the Contractor and Surety; k \ NOW, THEREFORE, If the Contractor shall, in all particulars, well, duly, and faithfully observe, perform, and abide by each and every covenant, condition, and part of the said contract, and the conditions, t specifications, drawings and other contract documents thereto attached y or, by reference made a part thereof, according to the true intent and meaning in each case, then this obligation shall be null and void; otherwise it shall remain in full force and effect. ' PROVIDED FURTHER, that if the Contractor shall fail to pay all dust claims and demands by, or in behalf of, any employee or other person, or any firm, association, or corporation, for labor performed or materials, supplies, or equipment furnished, used, or consumed by the Contractor or his subcontractors in the performance of the work, then the Surety will pay the full value of all such claims or demands in any total amount not exceeding the amount of this obligation, together with interest at provided by law. r PB-1 I BID tJVBER 9344 THE UNDERSIGNED SURETY, for value received, hereby agrees that no extension of time, change in, addition to, or other modification of the terms of the contract or work to be perforned thereunder, or of the specifications or other contract document, r'aall in any way affect its obligation on this bond, and the Surety does hereby valve notice of any such extension of time, change, addition, or modification. i + IN TESTIMONY WHEREOF, the Contractor has hereunto set his hand any' the Surety has caused these presents to be executed in its name and it. corporate seal to be affixed by its attorney-in-fact at Milwaukee, Wisconsin on this the 30 day of i November 19 84 ASEA iactric, Inc. (SEAL) Northwestern National Insurance Company of Milwaukee, Wisconsin (SURETY COMPANY) Ey (SEAL) Worney- -fact) G. Pi.St~es, T / (State Representative) I (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) i 1 r i f ' PS-2 NORTHWESTERN NATIONAL INSV RANCE COMPANY Or MILWACKEN WISCONSIN dosleOIFlce-3ia,enIi.ks`.sIRE'IF Oe,-n>,-t,Y11, tewlsc~,.u~v:oernAed:ri•ESe++x POAER Of ATTORNEY KNOW ALL MEN BY THESE PRESENTS That NORTHIESTERN NATIONAL INSURANCE COMPANY OF MILWAUKEE. WISCONSIN, a N'Iscons n stock insurance corporation, does make, constitute and appoint ; G. M. Staples, ?Milwaukee, W1 its true and lawful Attaney(s) in-Fact , with full power and authority for and on behalf of the company as surety, to ececu;e and delver and affix the seal of the company thereto if a seal is requlTed, bands, unde•takmgs. reccgnzances or other written obligations in the nature thereof, as fellows Any and all bonds, undertakings, recognizances or other written obligations in the nature thereof - orr pre is ons ofithe By1Lawts of the :ompary,U«h cntare and to bind eys I these ptesenlts0 afe ratified and confii med This Rappo -ImOent sNmade under and by authoritity of 'el i now if full force and effect. f Article It, Section 1. The business and property of the company shall be managed and controlled by the board of directors 1 Article III, Section 1. The board of d:rli may appoint additional officers and agents to perform such duties as may be ass,gned by the board of directors This Power of Attorney is signed and sealed by facsimile under and by the authority of the folfow:ng resolutions adopted by the board of directors a the NORTHWESTERN NATIONAL INSURANCE COMPANY OF MILWAUKEE. WISCONSIN on May 14, 1963, RESOLVED that the president. any vice president or assistant vice president. In conjunction with the secretary or any assistant secretary, may appoint attonil in fact or agents with authority as defined a limited in the instrument evidencing the appointment in each case, lot and on behalf of the company to crecute and de' ver and affix the seal of the company to bonds, undertakings tecogmzances, and suretyship obligations of all k.rds, and said officers may remove any such attorney :n-fact or agent and revoke any power of attorney previously granted to such person, RESOLVED FURTHER that any bond, undertaking, recognizance, of suretyship obligatu,n shall be valid and binding upon the company 00 when signed by the president, any vice president or assistant rice president, and attested and sealed tit a seal be required) by any secretary or assistant secretary. or (if) when signed by the president, any vue president or assistant vice piesidert, secretary or assistant secretary, and countersigned and sealed (+f a seal be required) by a duty authorized attorney in fact or agent or (m) when duly eiecuted and sealed (d a sea! be requredt by one or more atlorne)s -in.fact or agents pursuant to and within the Inmts of the authority bid enced by the power of attaneY issued by the company to s. _h person of persons RESC' VED FURTHER that the s:gnzture of any authorized officer and the seal of the company may ;e affixed by facsimile to any power of attorney of certd:ca lion th rreof authorizing the execution and delivery of any bond, undertak ng, recognuanca, or other suretyship obligations of the company, and such ssgnalure and seal when so used shall have the same force and effect as though manually affixed. 1N WITNESS WHEREOF, NORTHWESTERN NATIONAL INSURANCE COMPANY OF MILWAUKEE, WISCONSIN has caused these presents to be signed by its 1 proper officer. and its corporate seal to be affixed this 18th day of ADril 19 8j 1 tC$TNWEST ERN NATIONAL INSURANCE COMPANY /fir`OF MILWAUKEE WISCONSIN /LGft~lA.~~ •`'Ld:'•' Vice P,sa..,~ ASST . ore. eery STATE OF WISCONSIN, COUNTY OF MILWAUKEE--ss Donald L . Bowen~_ and On this l8th day of April 1983 personally came belore me. Frank P. Welch to me known to be the indwsduals and officers of the NORTHWESTERN NATIONAL INSURANCE COMPANY OF MILWAUKEE, WISCONSIN, who executed the above Instrument. and they each acknowledged the execution of the same, and being by me duly sworn did severally depose and say that they are the said officers of the corporation aforesaid and that the seal a+fued to the above Instrument is the seal o1 the corporation. and that -ad corporate seal and their signatures as such officers were duly atfired and subscribed to the said instrument by the aulti of the board of directors of said corpo•atlon, .a v'r VP.:IK • 2/10155 ••'!o. MyfOmmis;icnErpres - CERTIFICATE I, the undersigned assistant secretary of the NORTH'A'ESTER% NATIONAL INSURANCE COMPANY OF MILWAUKEE WISCONSIN a W sconsin ccrpcra,'on. CERTIFY that the foregoing and attached Power of 4ttorney remains in full force and has not teen re.oked and furthermore that the prcosicns cf the By Laws of the company and the Resolutions of the t.aaTd of dirli set forth in the Fcwer of Attotrey are new in force 30th I'30 V etrbe r 19 8 1 Signed anG sealed zt the City of M:l+aukee this day of `a\+s a,E S'a'I: gar - Dale M. Gain 11136 112 G, j`r 4 1 { J~ i PROPOSAL r City of Denton, Texas 901 A Texas St. Denton, Texas 76201 ATTENTION: Mr. John Marshall, Purchasing Agent PROPOSAL FOP.: I. POWER TRANSFORMER II. SUBSTATION PACKAGE - CON'.ROL PANELS, DISCONNECT i SWITCHES, BATTERIES S CHAiGER, SUBSTATION STEEL STRLCTURES, CIRCUIT BREAKE&I, INSULATORS, GROUNDING MATERIAL, POTENTIAL DEVICES, CIRCUIT SWIITCHER, RIGID BUS, BUS FITTINGS b JUMPERS, AND LIGHTNING ARRESTERS. BID NUMBER: 9344 , Gentlemen: The undersigned bidder having read and examined these specifications and associated contract documents for the above designated equipment does hereby propose to furnish the Equipment and provide the service set forth in this Proposal. All prices stated herein are firm and shall not t be subject to escalation provided tLis Proposal is accepted within sixty (60) days. The undersigned hereby declares that the following list states any and all variations from, and exceptions to, the requirements of the contract documents and that, otherwise, it is the intent of this Proposal that the work will be performed in strict accordance with the contract documents. 'r See Proposal L-12072 for Exceptions and Clarifications. i i / C-1 i The undersigned bidder hereby proposes to furnish the one Power Transformer amdhoxx4uDiYxx~tsoxXY~t~~gtf complete fob, Denton, Texas, in accordance with these specifications and associated contract doucuments listed in GENERAL C01MITIONS, Article GC-1, for the firm lump sum price of Two hundred sixty thousand four hundred ten dollars* (Price in Words The undersigned hereby declares that only the persons or firms interested is the Proposal as principal or principals are named herein, and that no other persons or firms that herein mentioned have any interest in this Proposal or in the Contzact Agreement to be entered into; that this Proposal is made without connection with any other person, company, or parties likewise submitting a bid or proposal; and that it is in all respects for and in good faith, without collusion or fraud. If this Proposal is accepted, the undersigned bidder agrees to submit drawings and engineering data in accordance tith Section IC and to complete delivery of equipment and materials in accordance with the shipping schedule specified. The undersigned full; understands that the time of drawings and data submittal and equipment and materials delivery is of the essence. ` Dated at Waukesha. Wisconsin this 16th day of October 1985 Bidder ASEA Electric By cT,:=C. S. Benisch a Title Application Engineer Attest: t Business Address of Bidder 400 So. Prairie Avenue Waukesha, Wisconsin 53186 State of Incorporation ^ Wisconsin Address of Principal Office Same ' Plus $71,400 for short circuit test.t C-2 I I V ' l I ' PROPOSAL DATA 1.0 GENERAL. The following information on the proposed equipment and / materials shall be submitted with the Proposal: A complete description of all proposed equipment. i 2.0 SPARE PARTS. Bidders shall submit a list of recommended spare parts which the Owner should stock for normal maintenance purposes. The ` spare parts list shall be organized in the following format: t Item NO, required Unit price i 3.0 EQUIPMENT DATA. The information required on the following pages is to assist the Owner in evaluation of the Proposal. f The data listed herein shall not relieve the Contractor of his responsibility fcr meeting the requirements of the detailed specifications. i ' Note: Write entries boldly with black ink or type entries using carbon black ribbon. i k. i! i S f r i r' 1 I D-1 i f ASEA ELECTRIC (Bidder's ame Section 2A -Power Transformer Class O FIFA/FA Gallons of oil 7950 Gallons of oil shipped separately, 400 gallons Total shipping weight, lb 151,600 Total weight of assembled transformer including oil, lb 151,600 Weight of tank and fittings, lb _ 30,000 Weight of oil, lb 59,600 Weight of largest piece for handling during erection, lb 140,000 Will transformer be shipped completely assembled No If not, what parts will require .Sudden pressure relay, Makeup oil, Ground bus. Ilf field assembly . Bushings` arresters, radiators and fans.- Fans PUMPS Total ! Power requirements of cooling equipment at 1001 rated load, kw - 1.5 None 1.5 Mbximum calculated sound level, at rated 65 C FOA or FA load, 72174175 72/74/75 decibels Approximate dirtensions Height, inches 233 Width, inches 17R Depth, inches 192 Unit Price for each additional identical Power Transformer. $260,410.00 Last date an identical Power Transformer unit could be cancelled if ordered without . SEE ASEA ler ri an iiatinn an Delay Policy. penalty. e Price deletion to omit the Z. •None. Short Circuit Test is given as a price short circuit tests. v adder. D-2 a ASEA Electric • i er s are Total loss at 55 C CA rating, kw 62.4 Total loss at 751 rated 55 C OA load, kw 43.5 NO load lass at 110% rated voltage, kw i 26.8 100% rated voltage, kw • ' 19.3 j 90 rated voltage, kw 15.0 3 Guaranteed efficiency at 55 C OA rating 100% rated load, % , 94.54 75% rated load, % 99.61 50% rated load, % 99.60 251 rated load, % 99.42 Fxciting current in % of full 55 C OA rated load current at 110% rated voltage 1.0 100% rated voltage 0.5 i 90% rated voltage 0.25 Impedance of winding at nameplate. 55 C OA rating, % 7.25 Voltage regulation at 100% 55 C OA rating 3 1001 power factor, % 0.55 80% lagging power factor, % , 4.71 801 leading power factor, 't , -3.94 High voltage bushing rMufacturer and type pp Type Pnr-A Guaranteed date of delivery Shipment 18 Weeks A R O ri E• D-3 USERS' LIST FOR 120 - 13.8 kV CLASS TRANSFORMERS WITH LTC, 7,5/9.375 MYA THROUGH 30/40/50 MYA TEMP ` CUSTOMER QTY OA MYA RISE HV kV '-Y kV I Town of Estes Park CO 1 7.5 55/65 110 12.47 Grand River Dam Authority 1 7.5 -55/65 -115 13.2 City of Gunnison, CO 1 10 55/65 116 E ectrica District #2, AZ 0 55/65 0 2.47 Clark Count P.M., WA _ I u et oun Power Light Company , ontana ower Company 4- 17 W - Tn- Pacific Power Light Company Plains Electric G & T 5 act tc as an ectric ompany Coos-Currectric cop. .U. M Che to Count y, WA 55/65 117.68 tsstsst pt Power and Light o. , Kansas ower an Ll ht Company Greenwood Utilities 6 .8 ennsy vanla Electric Company 1 antra Maine ower Company 2 2 6 Lower Valley Power Ligh 1 12 55/65 t ran to County, ' Nebraska P.P.D. 1 12 -1 55165 1 i of Loveland, CO 1 12 1 55/65 12.47 Washington Water Power 1 12 55/65 110 13.8 P lmetto Electric Inc. 4 12 55165 113 12.471 t Puget Sound Power & Licht Co. 20 15 65 .15 113.09 Pacific Power Light m n t Cowli County P WA 3 is 65 115 13.09 ' City of Tacoma, WA 15 55/65 115 13.09 , Y-W Electric Asso Inc. 1 1 15 55/65 110 2.47 Portland General Electric Co. S 120 Greenville Utilities F , NC 2 is 551 109.-S 13.2 P.U.D. Grant Count WA 4 IE -Ml 115 -11.L- Benton County P,U.D. Ol. WA 1 15 5 15 12.47 Moorhead MN Public Service 1 15 6 1 7 J I City of Richland, WA 2 15 115 12.47 Southern California Edison o. 2 15 55/65 12 2.47 1 P.M. Chelan County, WA 3 15 55/65 115 _I.LAL i of Redding, California 2 15 5 115 12.47 of Colorado Springs, CO 1 15 55/~5 115 U.2 Municipality of Anchorage, AK 1 15 J53- 15 1 .47 2 Florida Power Corporation 1 15 55165 115 113.8 Snohomish Count P.U.D. #i WA 2 1¢.8 65 112.8 13.09 Portland General Electric Co. 1 16.8 65 120 13.2 Florida Power Corporation 2 16 55/65 115 113.09 Duke Power Company 0 55/65 108 13.09 Otter Tail Power Company 2 20 5 115 13.02 Fishba k Moore 0 55/65 15 12,47 Niagara Mohawk Power Corp. 1 2 55165_ 1 5 it of Colorado Springs, CO 0 55165 115 13.2 Greenville Utilities, 2 20 55/65 115 13 2 Pacific Power & Light Comp 24 5 1 12. P 2 rLd Power & Light Co. ?q5 155_ 13. 1i9QIlf~PrQugh Gas & Electric. 5 1 5 _]4 .4 J r r 41 Users' List Cont'd. TEMP CUSTOMER QTY OA MVA RISE HV kV LV kV City of Lon nont CO 1 24 55/65 115 12.41 5 B 4. 4 25 55/6 11 14 Northern States Power Com an E.U.A. Service Corporation 55/6S 112 South Carolina E. d i P.S.C. o Colorado 55/6 For da Power Corp. 30 55/ 5 .0 Macmi an B oe e 3 6 I i s t ASEA ELECTRIC INC • 600 SOUTH PRAIRIE AVENUE • WAUKESHA. WISCONSIN 531t'6 • (414) 547-0121 October 18, 1984 City of Denton 901-B Texas Street Denton, Texas 76201 , p. I ` Attention: Mr. John Marshall, Purchasing Agent I j Reference: Your Inquiry No. 9344 F Our Proposal No. L-12072 1 . i Gentlemen: Attached is our proposal for your power transformer requirement. 1 { We would like to invite your particular attention to some of the unique fea- tures offered by ASEA Electric: 1. Five Year Power Transformer Warranty: This warranty co,ers our transfor- mers fully, including all accessories, for a five year period and has in-and-out coverage during the first year. Installation assistance by one y of our factory trained field servicemen is required for this coverage. I 2. F.O.B. Destination Basis: This standard feature means we accept respon- sibility for getting the transformer to you in the condition you expect. i 3. ASEA U2D Load Tap Changer: Manufactured by ASEA Electric, this mechanism is capable of over 500,000 operations before contact replacement. This is compared to the normal 100,000 operations expected from reactance type load tap changers. I 4. Design: The transformers being quoted have been computer designed by the writer using the specifications you have given to customize each unit for your unique requirements. I 5. Reliability: All of our designs are based on an ASEA short circuit test program which has proceeded for more than 2.1 years with field experience of 18 years. ASEA Electric built transformers have been in the field since 1972 with no through-fault failures reported anywhere. Using ASEA designs and processing techniques, we believe we are producing the most reliable transformer available in the wor].1 today. . i I 1NC. • Soo SOUTH PRAIRIE AVENUE • WAUKESHA. WISCONSIN 53186 • (414) 547-0121 ASEA ELECT" I ASEA ELECTRIC Proposal No. L-12072 October 18, 1984 Page 2 f requests that you evaluate the exclusive f(atures mentioned ASEA Electric They are of considerable value and above and on the back of this proposal are offered at no additional charge, us to discuss specific or would like to meet with Korman who can you a If you have any questions our proposal, Please contact aspects of meeting. Yours truly, ASEA Electric i C. S, 9enisch Application Engineer mj 1 Enclosures cc: R. Korman J. Kinyo G. Parr 4 C. Wallace .I r t f 3 e r i i i i II -w--- { 1E • WAUKESHA, WISCONSVN 53166 • (414) 547-0121 ' ASEA ELECTRIC INC. • 400 SOUTH PRAIRIE AVENUE CUSTOMER PROPOSAL QUOTATION FOR: City of Denton PROPOSAL NO: L -12072 DATE: October 18. 1984 INQUIRY REFERENCE: 9344 I ATTENTION: Mr. John ?larshall> Purchasing Agent 1 ITEM NO.: 01 QUANTITY: 1 NET PRICE: $ 260,410.00 EA. SHIPMENT: 18 weeks ARO 1 Transformer, 15/20/25128 WA, OA/FA/FA 3 phase, 60 Hz., 55/65 Degree C rise, 138 kV DELTA to 13.2 kV 1.'YE with high voltage de-energized taps, low voltage load tap changing and accessories in accordance with your specifica- tions with exceptions listed below, ANSI and N EHVstandards. helical tnsfor- mer has been designed with continuous disc type windings and a separate regulating winding to fully distribute ampere turns i for the load tap changer. All windings will be copper. 585.00 i Dedcct for 3 - IO kV intermediate type surge arresters 71,400.00 Add for Short Circuit Test The above quoted prices are FIRM for shipment shown. i I r Exceptions and Clarifications: 1.) Item CC-29 These payment terms are acceptable provided that final pay- ` rent is made within 60 days after shipment. N! 2,) Instruction to bidders, Page B-3, Article B.6 The Per.ormance Bond will terminate one year after completion of contract. Our warranty will be in effect for five years after arrival at destination. 3.) Item CC-24 Item BC-24 ASEA Electric's Five Year Warranty will apply in lieu of all others expressed or implied. 4.) Par. 1A.6.3 Instruction books will be sent approximately one week before shipment. 5.) Far 1.B.9 Radiators will be painted with an electrostatically applied polyester powder paint, ANSI #70 color. Top coat will be an alkyd enamel in your specified color. i T f ASEA ELECTRIC INC • 400 SOUTH PRAIRIE AVENUE • WAUKESHA, WISCONSIN 53766 • (4141 547-0121 CUSTdMER PROPOSAL Page 2 QUOTATION FOR: City of Denton PROPOSAL NO: -12072 X DATE: October 18, 1984 6,) Page 12 Neutral r bushing current transformer will be rated 600/5 multi ratio type with 05 tap, ~ 7.) Pages 18 throe h 4 ~ proposal, g 7 and D-4 through D-7 are not applicable to this I ~ 8,) A priced spare parts list will be sent after order placement. t 9.) thAll Items e transformered for shipment will be shipped on the same rail car as 1 Losses reported on attached Performance Specification are based' ence temperature of 75 degrees C. A.4SI standards define ing or load losses to a on a refer- degrees rise unit or to 65 degrees temperature of 75 how to adjust wind- degrees C for a 55/65 1 standards do not define how C for a ~5 degrees rise unit. However, + temperature. AS E.1 Electric to adjust cor. or no-load losses to the reference { "r down 0. per 10 de C has found through 8% rees g increase in experience that core loss goes practical to test core losses core temperature. Since it is not Electric will test core loss at the elevated reference C) and use the above fa atoambient tem temperature, ASEA perature (approximately 20 degrees ature, correct core loss to the reference temper- The above transformer is quoted with the ASEA The quoted price includes our field servl^ man Electric Five Yea fsion Warranty latien of the transformer for 1 days. To q alifyorforpethe ASE of the Instal-' Warranty, an ASEA Electric serviceman must be the ASEA Electric Five transformer is dressed out. Present at the time the The above quoted transformer will be shipped oil filled by rail F,O,B. siding nearest specified destination. rail Approval drawings will be sent 7 weeks ARO aid final drawings and Instruction will be sent before shipment. I 1 I ASEA ELECTRIC INC • 400 SOUTH PRAIRIE AVENUE • WAUKESHA, WISCONSIN 53186 • (414) 547-0121 CUSTOMER PROPOSAL Page 3 QUOTATION FOR: City of Denton PROPOSAL N0: L-12072 DATE: October 18, 1984 Performance specifications, outline drawing, Five Year Warranty, User's List for 120-13.8 kV Class Transformers w/LTC, 7.5/9.375 MVA through 30/40/50 MVA, and HV 115 kV Class or Higher and 30 MVA (OA) or Larger, Storage Policy, Can- cellation and Delay Policy, and product information are enclosed with -pis 1 proposal. END OF PROPOSAL f This proposal will remain in effect for 30 days unless changed in the interim J by written notice. I By: i C. S. Benisch Application. Engineer i i I#1 i I f 1 i a i i I ASEA ELECTRIC ING • 400 SOUTH PRAIRIE AVENUE • WAUKESHA. WISCONSIN 53166 • (414) 547-0121 l PERFORMANCE SPECIFICATION 1 FOR: City of Denton PROPOSAL N- 0`2 DATE: October 18, 1984 INQUIRY NO, 9344 SPEC, NU. ITEM NO. OI I RATING TYPE: 3 Phase 60 Hz Core Form 011 Imm, Self-Cooled Temp, Rise 55/65 C I + CLASS 8 Windin 1 138 X Winding Y Winding t,v 13.2Y KV KV OA 15 MVA 15 MVA t FA 20 MVA 20 MVA MVA FA 25/28 MVA 25/28 M VA MVA M1'A ADDITIONAL TAP VOLTAGES H Winding 2+-2,52 X Winding +-1OXLTC,16+-0,625% STEPS,R.C, Y Winding BASIC IMPULSE LEM PERFORMANCE DATA LOAD IMPEDANCE VOLTS (X) H Line 550 KV H Wdg 138 KV 15 H Neutral KV X Wdg 13.2Y KV 15 MMVVA H to T-7 .25 at 15 MVA X Line 110 KV H to Y at MVA X Neutral 110 KV Y Wdg KV MVA X to Y at DIVA Y Line KV Y Neutral KV PERCENT REGULATION Auxiliary Sound 1002 PF 902 PF 802 PF 702 PF Losses Level 0.55 3,60 Trans MVA Class kw db 1 4,71 5.46 15 OA 0 - - 72 Percent Exciting Current 20 1002 V 110? V y FA 0.9 74 0.5 V 25 FA 1.5 75 3 LOSSES - See body of quote for reference temperaiare Excitation No Load Load EFFICIENCIES i! 100% v 19.3 TOTAL Load 2 43.1 KW ' 110% v KW KW 62,4 11, 1/4 99,42 1:W 1/2 99.61 { 3/4 99.60 APPROXIMATE DIMENSIONS AND WEIGHTS (Not for construction purposes) ^ull 99.59 Outline Dwg, No. 3550TOODI Height Overall A 233 in. Core and Coil 62000 lbs. f Height Over Cover B 174 in. Tank and Fitting 30000 lbs, Width Oil (7950 Gals.) 59600 lbs. Depth C 174 in. Total Weight 151600 lbs. D 192 in. Lm- CON TACT AGREEMENT STATE OF TEXAS ) COUNTY OF DEVON IRIS AGREEMENT, made and entered into this 6 day of December A.D., 19 84, by and between _ City of Denton Texas i of the County of Denton and State of Texas, acting through G. Chris Hartung City Manager thereunto duly authorized so to do, 1 ` Party of the First Part, hereinafter termed the OWNER, and Calvert Paying Co. P.O. Box 268, Denton TX 76201 of the City of nontnn County of - Qpnton and state of Texas , Party of the Second Part, hereinafter ' termed CONTRACTOR. WITNESSETE: 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 12364 -Utility Riflgrations [not) 288 Purchase Order #66162 for $115,M7.50 i ~ 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 -jaid 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 Bida), Instructions to Biddera, 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 1 written explanatory matter thereof, and the Specifications therefore, as prepared by Utility Department and Engineering Department, City of Denton all of which are made a part hereof and collectively evidence and constitute the entire contract. 4 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. s The OWNER, agrees to pay the CONTRACTOR in current funds the price or prices shown ':o the Proposal, which forma a part of this contract, such J a 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. A= T. 1 Party of 'the Fi at Part, 0 ER I (SEAL) -~j 3 ATTEST: ~s1C t ~C` a CG~Uc ~C\Vi~~ C. ~r' rr hc~i1 ~j Party of the Second rt, CONTRACTOR By i - Title t 1 (SEAT,) APPROVED AS TO FORM: i Attorney CA-2 0044b i i l ~ PERFORMANCE BOND STATE OF TEXAS X COUNTY OF Denton X I 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 _ShCURITY NATIONAL INSURANCE COMPANY i , as SURETY, authorized under the laws of R the State of Texas to act as surety on bonds for principals, are held and firmly tound unto the _ CITY OF DENTON, 'TEXAS as OWNER, is the penal sum of One Hundred Fifteen Thousand Four Hundred Ninety- ~i _Seyen and 5100 Sollars (1115,497.50for the payment whereof, the said I Principal and Surety bind themselves and their heirs, administrators, executors, i successors and assigns, jointly, and severally, by these presents: I WHEREAS, the Principal has entered into a certain written contract 1 ! with the OWNER, dated the 6th day of DECEMBER , 19 84 , for the construction of ~ i { Utility relocations Loop 288, Denton, Texas ' i 1 r 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 t 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. e 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 c'3nge, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. 4 IN WITNESS WHEREOF, the said Principal and Surety have si sealed this instrument this 13th day of December geed and I99-1 CALVERT PAVING CORPORATION SECURITY NATIONAL INSURANCE COMPANY Principal - Surety By • 1 Title ~r~stc~`c~n Title G 'j AND ATTORNEY-IN-FACT 1 Address 1~.0. ac*D lob Address 707 FIRST STATE BANK BLDG. + \~er hzn TQXrA, 1 f1EVTOV TEXAS 762,01 ~ '16z.~L 1 (SEAL) f The name and address of the Resident Agent of Surety is: 0 RAblEY KfNG MfNNIS INSURANCE, 707 FIRST STATE BANK BUILDING, 76201 NOTE: Date of Bond must not be prior to date of Contract. P B-2 0091b t1 PAYUNT BOND STATE OF TEXAS COUNTY OF DENTON X KNOW ALL MEN BY THESE PRESENTS: That CALVERT PAVING CORPORATION of the City of DENTON , r County of _ DIyTON and State of TEXAS as principal, and ( SECURITY NATIONAL INSURANCE COMPANY authorized under tFe laws of the State of Tesgs to act as surety on bonds for r` M principals, are held and firmly bound unto CITY OF DENTONI TEXAS OWNER, in the penal sum of One Hundred Fifteen Thousand Four Hundred Ninety-Seven and 50/200-------------------- Dollars 0 115,497.50 ) for the payment whereof, the said Principal and Surety bind themselves and their f heirs, administrators, executors, successors and asaips. 1,intly and severally, by then presents: WHEB.FAS, the Principal has entered into a certain written contract with the Owner, dated the 6th day of DECEMBER 19 Sa , FOR UTILITY RELOCATIONS, LOOP 235, DENTON, TEXAS 0 i 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. NJH, 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, ROWEVER, 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 I ' 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 wort; to be performed thereunder. IN WITENESS WHEREOF, the said principal and Surety have signe•i and I sealed this instrumcat this 13thday of DE CEA BEk 19 Sd , CALVERT PAVING CORPORATION SECURITY NATIONAL INSURANCE C .•PANY Principal Surety _ i ' BY Title ,(Acr-' - Title AGENT $ ATTORNEY IN-FACT Address 1~A 3Svy' Address 707 FIRST STATE BANK BLDG, r ! `)'z'rA0,-\ T°X0.5 DENTON, TEXAS 76201 F r{Ln2ocl- i r i i ~ i (SEAL) t ~ I I The name and adotess of the Resident Ager,t of Surety is: i RAMEY KING & MINNIS INSURANCE, 707 FIRST STATE BANK BUILDING, _ DF.NTON. TEXAS 76201 P8-4 0092b MAINTENANCE BOND i STATE OF TEXAS ) COUN_'Y OF DENTON MOW 6LL MEN BY THESE PRESENTS: THAT CALVERT PAVING CORPORATION as Principal, andSECURITY NATIONAL 1-77T-77h a Corporation authorized to do ueiness :n the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Penton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of Eleven Thousand Five 1 hundred Forty-Mine and 75/100-------------- Dollars 1ZF 1,549.75 , 10% of tie total amount of the contract for the payment of which sum said principal and i 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 build and coast.-uct UTILITY RELOCATIONS, LOOP 28S, DENTON, TEXAS wHich contract and the plans and specifications therein mentioned, adopted by tht i City of Devzon, are filed with the City Secretary of said City and are hereby etpressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: s 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 I become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the Lmproper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfill.ing, 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 shah perform its agreement to maintain said construction and keep same in repair for the ma:ntenance 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 stall be a ` continuing one against the Principal and Surety and that successive recoveries oay OI 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 these as Contractor and Principal, s caused presents to be executed by. ~ f i and the said SECURITY NATIONAL Tv~nRavrF rn~rp.~~;Y as surety, has caused these presents to be executed by its Attorney-in-Fact j TERREL•L W. KING, III and the said Attorney-in-Fact has hereunto set fits hand this 13th day of DECEMBER 1984 SURETY: • PRINCIPAL: SECURITY NATIONA 7IyNSU COMPANY CALVERT PAVING CORPORATION BY. j J 1 Attorney-in-Fact i I 11 r B r MB-2 0093b TheTrinity T Companies Dallas texas 75201 ~ LIMITED POWER OF ATTORNEY KNCA ALL BY THESE F'GESEiITS. That TRINITY UNIVERSAL i'JSUPANCE C':'PA'4Y :v SELL'.RiTI „ATICr:AL I'.. ^r~E _0 ?A•=Y each a Texas Ccrcoratior o-.d T;;[%ITY _INI',ERSAL ^h`-U r7 A';_E pAN'i JF KANSAS, i`J Kansas Lcr;cr-itior. Jo I•eren oppc M. G. RAMEY, TERRELL W. KING, III OR RANDALL L. MINNIS - DENTON, TEXAS .1 ,rs tr.e and lawf,I Atru neyl s!•in-Fac r,,,;~ it rcrtr ,__:'e 's ce-: _ Z 'o s_ret. bards .r ur de rrakin s a d ct-e d_c_~-e s f c si^ cr z1v r s<_er r _L_,Se c.f ~s _si-ess, to bird the respecriv_ c_r-.por, r- erpt V, r ,nc._rts or pe^a • .5 r ..xca 1.7 ONE MILLION AND N01100 `o, ars5 11000,000 EXCEPT NO AUTHORITY IS GRANTED POP: 1. e,d or proposal Pods w..ere est,-z-ed c_^rract cri r. e-.cee9s ' _ _roc -ere,-. { 2. Oiler PerolrY bards. 3. eonds wie,e Artamev (s;•in-F:cr, c:cecr :s c cony a'-rerest. IN AITNESS 'AHEREOF, TRINITY UNIVERSAL ]r,SURAN-'E CO':PAI,Y, SE'-URITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COV.PANY OF KANSAS, INC., gave each executed and arrested these presents this 1 S*h ~z, zf JUDITH E. FAGAN, CORP. SECRETARY A.O. YV R, PRE+ ENT AUTHORITY FOR POWER OF ATTORNEY Thar TRINITY UNIVERSAL. INSURANCE COr.:PANY and SECURITY' NATIONAL INSJPANCE each a Texas Corporaflan c d TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corperaticn, in curs.crce ci al.r'rcror ara-red by that certain -rsi:Ii,ircn o,:opted by .;-ear res,.rr,ve Bcard cf Directors cn the Ist day if %rarch, 1976 anrd of t r,cin rye followi-- is a trce, F.il, and ccr,,c;e!e c_-, "RESOLVED, That tie President, any Vice-Preside-r, cr cr.y S.cre'arr cf each of r-est C:rrccnies to ara they are hereby a.thcrized ord e'-pcwer d ape a 'e d e'i. er r beh f hese r a-.ies unto such person or cersons residir3 within rte U^i ed Yes , A.en , tre. sele I'S Pc.•,er E of Attorrey cen snturir3 and a pa rri-,~ eacn srcr ersan its r r -~r Foc r, wit f ,.w r a t`,cr- Ity to rti execute and dei ,er, for it, in its -ar-e crd r its Le`:If, - ,.-env, coal r, r 1_rd cr 0 ur.dertokir that ma be recuired m ire 5cec ifle, re rn rr_ry, under i~n:•i r<. orj ..s•ncrurs, Do rh as to nature of such hands or -derrpp Ong crd os ro Iii rs c='I ii to _rcer.d•n by -fuse' c:nie 5, f as said Officers e,z, dee, tracer, the roc._rtt of s_-~ cc-js or .,_r a -e Ii-^irs „r i.._iIrY { x ich such Powers of Attorney -,ae tat res•rirr.d, in t- In eacr i-sr,r-+. ecl=lea it sv.r P.:ner of ? Attorre y, RESOLVED, Thar or, an all Al,orreys-ic Fact :nd O'f.cers d h 'or-.c s 'c. Jiro Assistant recre- ,cries, wFerher or riot a S-crer, ry is : sent, to r 1 _ ~ rere` a - rrcrj cw~ro,i ,rrvf, cr verify coo ies of -e By-Lo.Ys cf r e e :nim: ps Ae' :s z r t Di e.:rs, 3 tc c_. 1 wi rh r-e extruhan of ocrds, r .J ecegra a^ce 5, : -rtrc•s of r ir., a-, ^I1 er a'.rI •,-~s chli -rcry I n r^e na•Lre thereof, cc wrrr. re- -rd to rre c'=wers if ory z; _ :fi,cers of these :awes cr c= Auer- e'. s-,^- Fac r, + RESOLVED, Tin of •1e si?a at ,re cf ry cf r~_ Pets :r,; described 1 n r-e 'c•e--r; re . cures as f,xea or recrcd cn c i simile s, r a 3 iced b a^y Fcrn of tt Flr'_, cnr•r,y, Yprcr :r : _i--e.r r 'ear d_cti it the noes of roe Pets ens herti.e •-crazed-" - CERTIFICATION OF POWER, ATTORNEY t I, !u,drr, E. Fz ,r, any, Secretor cF TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY .:rd TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby t certify that -he =ore;c.ni Res:1-•~cn cf the Bcards of D,rec'ors cf t'rene Cvparct~crs, end ire Power • + i Attorney i ss„ed purs.:rr herer o, are true and rnrre rr and ore still in }„II {once and elfect. IrJ '41TNE55 hi+E'P,EOF, I ha.e'-• c-:~ , _ ti As' ®r. ~Is # SEAL: v.VaITH E. FAGA4. CO RP, SECRETARY s-IIS~ R[V. 1-12 L.txxx, r 41 CITY OF DENTON INSURANCE MINIMUM RE U II REEN` Without iimztfng an Centrac;;or, the y of the Other obligations work is Completed minimum pleted and shall provide °L liabilities insurance accepted by the aid maintain of the covera$e as follows: ~itY of Denton until the Owner, TYPE OF COVEKAGE I' WOKK I LIMITS MEN S COMPENSATION OF LIABILITY II. COMPREHENSIVE GENERA STATUTOgy i. LIABILITY I Bodily Injury $300,000 Property D Each occurance $1,000,000 Damage Each Occurance $1,000,000 . $l0U,U00 III. COMPREHENSIVE' Each a cc i AUTOM dent OBILE LIABILITY Bodily Injury ~7 ~ Propert Each person $1,000,000 $300,000 Y Damage Each accident O Fah accident A. In addition Contractor to the fnsur PROTECTIVE shall obtain ante described Y the following LIABILITY INSU his expense an 0WN BODILY limits: RANGE POLICY with the INJURY $300,000 000 each PROPERTY MA $300. each acpecrsidonent $100 OUO I $1,UOU ,Uppach accident Covering the work aggregate the City Of De to be performed b Denton. Y the Contractor f B• The or contractor will Policy described furnish described on the foil and the Owner's PrOtectiv for its lOwexecutahe the Certificate commencingPanOval. Insurancepage must to the b e Cit Y of Denton insurance applies, work under ato peed be contract fore which this additional of J n wed Olnsu l be listed on all policies as an Y0399c T h CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies wi11 mail ten (10) days' w•,,ten notice to the party to whom this certificate u addressed. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: ' , REMARKS: City of Denton 901-8 Texas St. Bid 9364 Denton, TX 76201 L Attn: John J. Marshall, C.P.H. Purchasing Agent ! NAME AND A00RESS OF INSURED: V i Iruuranee Co,..panv Type of tnaurance Pelky Effective Expiration LIMITS OF LlA81LITy• Number Data Data i n Woriuhen's Comaenaation Stan tort' and Empiovers Liability Emptovers Liability Limits-:700,000 CcmPrMensive Bodily tniury General Liability S Each Occurrence t Aggregate Products S b Comotatad Operations Property Damage 1 S Each Orcvnenen it $ Aggregate Operations 1 S Aggregate Proteciuve i s Aggregate Cantractual ! Aggregate Product S S Comolated Cot: ations i Coetprshe"Of" Bodily Inlury t Automobile Liability S Each Person J Is Each Occurrence a Property Damage t S Esdr Octunand i i •Attsencad1 any appropriate entry means no such insurams is in ford. V M MD ADDILSS Or A 0CY t ••Cdvers all owned, non-0wmed of hired vehicl*& p80RE t1mzz or AGzNcT ACtf+orited Revevontetrves of the Insuranu Comoanln retenM to above. 4 1 i BID # 9364 _ PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of UTILITY RELOCATIONS & CASINGS FOR NORTH LOOP IN i DENTON, TEXAS 1 4 declares that the only person or The undersigned, as bidder, rinci als are those parties interested in this ropisamade withoutpcollusion with named herein, that this p po i any other person, firm or corporation; that he has carefully contract, Notice to Bidders, examined the form of specifications and the plans therein referred to, and has classes of carefully examinedtOSedoeaTk°and agreesconditions, that hedwill provide materials of the prop tools, apparatus, and other i all the necessary labor, machinery, 1 items incidental to construction, and will do all the work and 1 Furnish all the materials ca~Egcrio d therein and contract i specifications in the manner 4 to the requirements of the City as therein. set forth. ofarworic to be It is understood that the following equantities intended 1 done at unit prices are app principally to serve as a guide in evaluating bids. It is agreed that the quantities of work co bee increasedunor prices and material to be furnished may in the opinion of diminished as may be considered necessary, planned and the City, to complete gqthe work fully as p _ of wor eased whe contemplated, and that alerformedtats the unit prices set forth i or decreased are to be p specifications. r below except as provided for in the spec I } incr It is further agreed that lump sum prices bm`a~ not shown on the cover additional work ordered by the City, plans or required by the specifications, in accordance with the o ordered. ly' they may decreasedsto to te cover deletion Conditions. P - 1 r I~ l It is understood enu aoreea that the f ull within work is to be completed in tnirty ~;p) ~~urking uays. Accompanying this proposal is a certified or cashier's check or ,A Bid Bond, payable to the owner, in the amount of five percent of the total bid. It is understood that the oid security accompanying proposal shall oe returned to the this bidder, unless in case of the s 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 payment for damages due to del inconveniences suffered by the Owner on account ofa such dfailure of the bidder. it is understood that the Owner reserves the right to reject any and all bids. The undersigned nereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the w plans and specifications, for the following sum or prices, to wit: i 3 r Q f E i f 1 t i P - 2 8ID N9-364 BID SUMMARY i i TOTAL BID PRICE IN WORDS e-Hundred _ d' r-Hu ndred and the event of ersi the award of a contract for t to thened will furnish performance the undersigned, the full amount the bond and a contract a insureance with the terms and , to secureent bond acceptanand guarantee the workrovisions of the contracptroper # labor and to guarantee until final completion , to ` the contractmed and materialspayment for all lawful and furnished in the claims for It , f fulfillment of ! acceIs understood that 3 the p eted, when fully the work proposed En erns Pto be done and finish ed shall be gin and specifications, to the in accordance with satisfaction of the The undersigned tifies rices proposal have been that the bid correct and final, carefully checked pr and contained are submitted as Unit and proposal, lump-sum pricjs as shown shall control_ over for each extensions item listed in this , Calvert Paving ONTRACTOR r i By T A~PPRoVC - P-0. 780x-11268 Hickory Ck, Rd. fltrees Ar S11J; DEPT, ess i Denton, Tx 76202 , tY an fate Seal & Authorization (If a Corporation) Telephone 817/382-1479 1 1 1 I • BID 3~- PU# NORTH LOOP 288 UTTABULATIONILITY AND CASINGS ~ BID SHEET i ; Estimated Extented _ Unit Quantity Price Total tem Descri Lion -L 1611 PVC Water LF 440 $ 37.00 $ 16,280.00 -2 lb" Gate Valve EA 1 $ 3000.00 $ 3,000.00 -3 10" PVC Water LF 510 $ 20.00 $ ]0,200.00 -4 10" Gate Valve EA 1 $ 1000.00 $ 1,000.00 -5 Fire Hydrants EA 2 $ 1500.00 $ 3,000.00 EA 2 $ 500.00 $ 1,000.00 -b 6" Gate Valve -7 24" Bore LF 105 $ 100.00 $ 10,500.00 1 8" Ductile Iron Sewermain LF 580. $ 20.00 $ 11,600.00 -2 4' Manhole EA 3 $ 1500.00 $ 4,500.00 -3 Break Into Existing- EA 2 $ 500.00 $ 11000.00 Manhole -1 18" Steel Casing LF 547 $ 26.50 $ 14,495.00 ~ -2 24" Steel Casing LF 1013 $ 28.50 $ 28,870.50 -3 24" (Split) Steel Casing LF 167 $ 38.00 $ 6,346.00 -4 36" Steel Casing LF 82 $ 33.00 $ 2,706.00 f e BID TOTAL $ 115,497.50 ~ i 3 t .r P - 4 ~.e< < T . OI a ISSUE DATC IMIADWYY) 1 ® 1 12 13~h9 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORUATION ONLY AND CONFERS GHTS N THE CERTIFICATE IS CERT RAhIEY, KING $ bIINN IS INSURANCE EX-TEIND OR ALOTER THE COVERAGE AFFORDEDH BY THEIPOLICESOBELOW AMEND, 707 FIRST STATE BANK BUILDING DENTON, TEXAS 76201 COMPANIES AFFORDING COVERAGE COMPANY A - ~ LETTERPOIERICAN_GIENI RAL, INSURANCE COhIPANY_ _ COMPANY INSURED LETTER B HOUSTON GENERAL INSUPj\NCECOMPANY CALVERT PAVING CORPORATION COMPANY P.O. BOX 288 LETTER C DENTON, TEXAS 76201 COIAPANY D LETTER CCf,'F'4!1Y E LE IEll THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR 711E POLICY PERIOD 0101CAT E0. ' v. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT JR OTHER DOCUMENT WITH RESPECT 10 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEPE114 IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI TIONS OF SUCH POLICIES CO TYPE OF INSURANCE POLICY NUMBER K:Icy ENdRdE RLL.V Lip AG', i12i LIASIDTY LIIATS IN THOUSANDS _ L1R GatE V•I'.L t;<'nl xaf,, OC LEIFNR.CE AGGIff WTE GENERAL LIABILITY &x,nY $ A caAPREHENSVEFaRM GL 67443001 10/3/84 10/3/85 ± --300- PREMISE S-DPj RATIONS WHOPERT, UI.DE RCROUNO cueAGE $ $ EXPLOSON a COLLAPSE HARD ___l_00_ PROOLICTSCONIPLETED OPERATIONS CONTRACTUAL BI X PD cor,IBU,eD $ $ INDEPENDENT CONTRACTORS II BROAD FDRM PROPERTY DAMAGE KR50NA1 NJURY PEaSONA.L INJURY $ AUTOMOBILE LIABILITY aL„ I A x ANYAutD GLNI 474384/19 10/3/84 0/3/85 IRAKlb,A $250 X ALL MNED AUTOS IPRN PASS) #,Tyr I o a.lt r _ ` x ALL OWNED AUTOS (FRFJRPTHAN) 13e ky.INTi 500 X HIRED AUTOS PRUI'EH Tv x NON OWNED AUTOS CAMAGE $10_0__ GARAGE LIABILITY Bi It PD CGMBONED $ EXCESS LABILITY B . UKRELLA IOPLII SXS203570 6/30/84 6/30/85 cc+wa°ED $1,000 $ OTHER THAN UMBRELLA FORA A WORKERS'COMPENSATIDN TC 421196985 6/30/84 6/30/85 sTATUroRY__ AND (EALHACCID[NT)_, (DSFJSEPOL ICY LIMIT) EMPLOYERS' LIABILTY $ (DISEASFEACH EMPLOYEE) OTHER 300/300 BI A Owners Protectiv Binder 72/13/8 12/13/ 5 100 PD DESCRIPTION OF OPE RATION9$OCATION SN EHIC L E SiSPEC IAL ITEMS ` Job-Utility Relocations, Loop 288, Denton, Texas CITY OF DEN FOiNl SHOULD Q ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TKE EX• P THERE, THE ISSUING WILL NDEA TO PURCHASING DE PA R"I DI LN r M IAILi. Lf N _ODAYS WRITT NFNOT CE TO THE CEROT FWATE HOL ERENAMED OTO THE 901B Texas Street LEFT, BLTT FAILURE TOMAILSUCH NOTICE SHALL IMPOSE NO OBLIGAT*NOR LIABILITY Denton, Texas 76201 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES A{T I($ED'R PjTF$ENTATXIINNIS INSURANCE MI'1 1;Y 111 L~ P BID NUMBER 9344 CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made and entered into this 30 day of ovem er by and between the CITY OF DENTO TEXAS, Party of the First Part and hereinafter called the "Owner", and f Clark Substations, Inc., P.O. Box 577, Helena,m_ 35080 of the Second Part and hereinafter called the "Contractor", WITNESSETH: THAT WHEREAS, The Owner has caused to be prepared, in accordance with law, specifications, plans and other contract documents for the work as herein specified; and WHEREAS, the said Contractor has submitted to the Owner a proposal in accordance with the terms of this Contract Agreement; and r WHEREAS, the Owner, in the manner prescribed by law, has determined and declared the aforesaid Contractor to be the lowest and best bidder for the said work and has duly awarded to the said Contractor a contract therefor, for the sum or sums named in the Contractor's Proposal, a copy 1 thereof being attached to and made a part of this Contract Agreement; k + NOW, THEREFORE, in consideration of the compensation to be paid to the Contractor and of the mutual agreements herein contained, the parties to these presents have agreed and hereby agree, the Owner for itself P,nd its successors, and the Contractor for itself, himself, or themselves, or its, his or their successors and assigns, or its, his or their executors and administrators, as follows. ARTICLE I, That the Contractor shall furnish fob, Denton, Texas, withttheoprovisionsmof theomplete as contract specified documents which required are e attach?d oandnce made a part hereof, and shall execute and complete all work included in and covered by the Owner's official award of th.s Contract Agreement to ' the said Contractor, i ARTICLE II. That the Owner shall pay to the Contractor for the work and materials embraced in this Contract Agreement, and the Contractor will accept as full compensation therefor, the sum k for all work covered by and included in the contract award, designated in the foregoing Article 1; payment to be made in cash or its equivalent in the manner provided in the specifications attached hereto. CA-1 1 BID NUMBER 9344 ARTICLE Ill. That time of completion is of the essence of the Contract Agreement, and that the Contractor shall proceed with the specified work and shall conform to the following schedule: (Guaranteed delivery date as shown in proposal data) t BID #9344 $177,106.00 as per proposal attached IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement as of the day and year first above written. ' CITY OF DENTON, TEXAS (SEAL) By Attest - CLARK CORPORATION (SEAL) By "co President Attest ry 1 i r The foregoing Contract Agreement is in correct form according to law and is hereby approved. ( Attorney for Owner i f r r e CA-2 BID NUMBER 4344 pERF0RMA21C£ BOND YNOW ALL MEN BY THESE PRESENTS that we, hereinafter referred to as "Contractor", t and Clark Substations, Inc., P.O. Box 577, Helena 1,I. 35080 a corporation organized under the laws of the State of Alabama + ! and authorized to transact business in the State of Texashereinaftery and held and firmly bound unto the CITY OF DENTOi3, TEAAS referred to as "Owner", in the penal sum of to be made to the Owner, f ich sum, well and truly for the payment of wh we bind ourselves and our heirs, execut rst administrators, successors, and assigns, jointly and severally, by these { 19 84 , the Contractor WHEREAS, on the 30 day of November ' materials, furnishing tools, merle into supplies, and equipment not furnished by the Ownerp equipment, and plant, and the performance of all necessary labor, for and in connection with the construction of certain improvements ' described in the attached contract documents; and 1 WHEREAS, it was a condition of the contract award by the Owner that these presents by executed by the Contractor and Surety; ? in all particulars, well, duly, NOW, THEREFORE, if the Cperform,randaabide by each and every covenant, and faithfully observe, p condition, and part of the said contract, and the conditions, specifications, drawings and other contract documents thereto attached I or, by reference made P- part thereof, according to the tru intent meaning in each case, then this obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the Contractor shall fail to pay all just claims and demands by, or in behalf of, any employee or other person, or erformed or materials, any firm, association, or corporation, for labor P the Contractor or supplies, or equipment furnished, used, or consumed by his subcontractors in the performance of the work then the Surety will pay the full value of all such claims or demands in any total exceeding the amount of this obligation, together with interest as provided by law. t PB-1 BID NUMBER, 9344 THE UNDERSIGNED SURETY, for value received, hereby agrees that no extension of time, change in, addition to, or other modification of the terms of the contract or work to be performed thereunder, or of the specifications or other contract document, shall in any way affect its i obligation on this bond, and the Surety does hereby waive notice of any such extension of time, change, addition, or modification. I IN TESTIMONY WHEREOF, the Contractor has hereunto set his hand and the Surety has caused these presents to be executed in its name and its corporate seal to be affixed by its attorney-in-fact at Helena, Alabama on this the 30 day of November 19 84 i (SEAL) i ST. PAUL FIRE AND M PANY Hy Ln (S RE Hy SEAL) At rneyJ B. "I Cy d cat (State Representative)d (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) { r. 0 s 1 r r I } i r PB-2 ~rL I r y ~ut ST. PAUL FIRE AND MARINE INSURANCE COMPANY Cf RTIFICATE OF MAUI 385 Wash{ngfon Street, St. Paut, Slinnesota 55102 AUTHORITY N0. ~ alma, GENERAL POWER OF ATTORNEY • CERTIFIED COPY 1.700 (Otiginal cis File at Home Office of Company. See Certification.) l • /:NOK' ALL MEAN BY TIIESE PRESENTS: Ihat St. Pout Fire and Marine Insuranre Company, a corporation organized and existing under the laws of the State of Minnesota, and having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: David J. Harris and A. J. McCarn, individually, Tarrant, Alabama i r its true and lawful attorney (s)-in-fact to execute, seal and deliver for and on its behalf as surety, eany and all brands and rands makings, recognizances, amtracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract at it otherwise, { NOT TO EXCEED IN PENALTY THE SUM OF FIVE MILLION ($5,000,000) EACH t and the execulion of ail such instrument(s) in pursuance of these presents, shad be as binding upon said St. Paul Fife and Marine Insurance Company, as fully ' and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office, t This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,Section 6(C), of the By-Laws adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 231d day of )anuary, 1970, of which the following it a true transcript of said Section 6(Cy. ' "The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary, shall have power and authority t (I )To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Companv, and attach the Seal of the Ccrnpany thereto, bonds li and undettakings, recognizances, comractserindernnity and other writings obligatory in the nature thereof, and (2)To appoint specui Attorneys-in-fact, who are hereby authorized to certify to copies of any power-0f-attorney issued in pursuance of this I section andfor any of the By-Laws of the Company, and (3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him." Further, this Power of Attorney is signed and scaled by facsimile pursuant to resolution of the Board or Directors of said Company adopted at a meeting duly sailed and held on the 6th day of May, 1959, of which the foilcwing is a true exerpt: "Now therefore the signatures of such olficen and the seal of the Company may be al(ixed to any such power of allmney or any certificate relating thereto by facsimile, and any such power of attorney or certificate t+taring such facsimile si".natures or Isairmle ual shali be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the 1 future with respect to any bond or undertaking to which it is attached." ~H11'ii11n 1naana eta°'F(RE 4aMh IN TES11,410NY WI{F.REOf, St. Paul Fire and Marine Insurance Cnmpa ray has caused this ins(rwnent to be signed and incorporate '~y seal to be affixed by its authorized oil iocr, this 2nd pay of January, A.D. 1980. lit m S1'. PAUL F7RC AND MARINE INSURANCE COMPANY N+ z" STATE OF MINNESOTA ~ County of Ramsey ss. C ' , 4y~rL'R^ NCE G Vice President I { anaNrl uinnslra On this 3rd day of November , 19 83 , before me came the individual who executed the preceding instrumens ) me { personally known, and, being by me duly sworn, said that heishe is the therein described and authorized officer of St. Paul Fire and Marine Insurance Cs, ~eany; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and hisjher sianature were duly affixed by order of the Board of Direclors of said Company. S IN TESTIMONY WIIFRFOF, I ha.e heceunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day 1 f1L J~ and )'era first above written. IA%~ _ ~71t0, o 1 v °~~a5'f LOTS 0. 5511TH, Notary Public, Ramsey County,b1N 'fit}too My Commission Expires September 29, 1987 CERTIFICATION 1, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby' certify that I have compared the i oregoing copy of the Power of Attorney i and affidavit, and the cop) of the Section of the 13)."%s of said Company as set forth in xaid Power of Attorney, with the ORIGINALS ON' FILE IN 111E HOME OFFICE OF SAIL) COMVANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that Ise said Power o!' { Attorney has no, been revoked and is now in full force and effect. s' 14 TESTIMONY %k HEREOF, I have hereunto set my hand this 1 e 30th__ day of D-ecembe r 19 84 - / / Secretary s- " v < x44_/// Only a certified copy of Puwe of Attorney bearing the Certificate of Authoi ity No. printed in red ran the upper eight turner is bindag, Ilhotoceples, carbon copies or other reproductions of this dxumrnt are invalid and not binding upon the ('ompany. ANY INSTRUMF.NI ISSUED IN EXCESS OF THE PENALTY AMOUNT SLATED ABOVE IS IUTALLY VOID AND NITIIOUT AN'Y VALIDI-FY. For veiificatinn of the authenticity of !his Power of Attorney, you may telephone trill free °(10.328 9821 and any for the Purvxr of Attorney Clerk, Please refer to the above Certiticate of Authority N~- and the above named indvidualts) 1 PROPOSAL City of Denton, Texas 901 A Texas St. Denton, Texas 76201 ATTENTION: Mr. John Marshall, Purchasing Agent PROPOSAL FOR: I. POWER TRANSFORMER II. SUBSTATION PACKA;E - CONTROL PANELS, DISCONNECT SWITCHES, BATTERIES 6 CHARGER, SUBSTATION STEEL STRUCTURES, CIRCUIT BREAKERS, INSULATORS, GROUNDING MATERIAI, POTENTIAL DEVICES, CIRCUIT SWITCHER, RIGID BUS, BUS FITTINGS 6 JUMPERS, AND LIGHTNING ARRESTERS. `E BM !AMBER: 9344 Gentlemen: The undersigned bidder having read and examined these specifications and associated contract documents for the above designated equipment hereby propose to furnish the equipment does fcrth in this Proposal. All prices stated dhereindarehfirm andeshset all not be subject to escalation provided this Proposal is accepted within sixty (60) days. The undersigned hereby declares that the following list states any and 1 all variations from, and exceptions to, the requirements of the contract documents an' that, otherwise, it is the intent of this Prciosal that the work will be performed in strict accordance with the contract j documents. I` JJfe'' /~A t 1Nin r eon it rr.1r1 i ? ~o•r ~n.e 4V.0 ,ro 1 ? ~°iar.~.eri s.y •i+ r ~ e/n e ...r rf✓'y'✓ r'.e~1T ~w TI ~✓•ois ~ •oe~ K-o i.~, c 0 6•.✓ P-fo / y!n >e T e J'•o 0 Iti ' I _C • r+ ,'0 A C 7-e Alt oelj' //V 6 - e u T• /s p / NJ1'w.t A,* T •J or F e /L N a T/t A f .Js M eoo~ j- } /V o T•F .f T A .v0 A Jt D /.2 /Yo, ~JZ ~+✓Jf •lL.~l~ 1 i 1 1 i The undersigned bidder hereby proposes to furnish the one Power Transformer andAM Substation Package complete fob, Denton, Texas, in accordance with these specifications and associated contract doucuments listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price of fc V/t /~v~/O/t Ep TW FNlY T.'//~F6 TiV ✓ ,A ND f QtY.C' N v.~rn .rte fi -)e D o« /n AJ (Price in Words ' The undersigned hereby declares that only the persons or firms interested in the Proposal as principal or principals are named horein, and that no other persons or firms that herein mentioned have any interest in this Proposal or in the Contract Agreement to be entered into; that this Proposal is made without connection with any other person, company, or parties likewise submitting a bid or proposal; and that it is in all respects for and in good faith, without collusion or I fraud. I i If this Proposal is accepted, the undersigned bidder agrees to submit drawings and engineering data in accordance with Section 1C and to f complete delivery of equipment and materials in accordance with the Ir shipping schedule specified. The undersigned fully understands that the ' time of drawings and data submittal and equipment and materials delivery is of the essence. # Dated at 1 A/ a^rw this /7 r`iS✓ day of Q G T 1985 1 Bidder CIC,a/!K .~uO.rTeT/~ ~J By Title A ,s OAO Y Attest: Business Address of Baader .90 X r 7 7 State of Incorporation 4 A A Q,o,,.,,e Address of Principal Office 1-1,f' 6iVA 4 A,,4 , e C-Z 0 '-('di ider' Name Section 2A • Power Transformer C/ L. /yA r✓ _ i Class O A /FA Zf A Gallons of oil 8 0 _ Gallons of oil shipped separately. 0 Total shipping weight, lb e0i 90 0 Total weight of assembled / %Y 9 61; 0 transformer including oil, lb , Weight of tank and fittings, lb 0 0 f , ' Weigh of oil, lb _ ROO 15' 0 a M Weight of largest piece for O S 0 0 handling during erection, lb 8 Will transformer be shipped V a completely assembled If not, what parts will require 0 i A , ~n o /A rd n 0 r ~~d,f rjr/✓~.J ' field assembly ~RJt~E.fTE•R✓_e JAAZ r/ER .OltAC Fans I>L=s Total a Power requirements of cooling equipment at 1004 rated load, kw 8 ,C'~ i a Maximzn calculated sound level, 7~ GR 8 i~! VA at rated 65 C FOA or FA load, decibels Approximate dimensions Height, inches Width, inches Depth, inches r(i i Unit Price for each additional identical Power Transformer. 1V s A nP~ r c A oA£ Last date an identical Power Transformer unit could be cancelled if ordered without penalty. Price deletion to omit the short circuit tests. r`~ J e > EJ r v 7 i N eL 0- 2 i w jj PROPOSAL DATA II E 1.0 GENERAL. The following information on the proposed equipment and materials shall be submitted with the Proposal: A complete description of all proposed equipment. 2.0 SPARE PARTS. Bidders shall submit a list of recommerded spare parts which the Owner should stock for normal maintenance purposes. The spare parts list shall be organized in the following format: Item No. required Unit price ' 3.0 £ UIPMENT DATA. The information required on the following g pages is to assist the Owner in evaluation of the Proposal. The data listed herein shall not relieve the Contractor of his :isponsibility for meeting the requirements of the detailed specifications. Note: Write entries boldly with black ink or type entries using carbon black ribbon. r d i 3 3 Y 1 1 1 ~u~IT~: i•.J ((bl aer's ,`tame) Total loss at 55 C OA rating, kw .f~3• C 8.r• /qe iA/ Total loss at 753 rated 55 C OA load, kw 38. /C lew No load loss at 1103 rated voltage, kw Z 3. 6 6' yt/ y 1003 rated voltage, )w /d • ez 1 90% rated voltage, kw /dr,r J(/ Y4/ 1 Warantoed efficiency at 55 C OA . rating 1003 rated load, 3 S S 6 7• 1 753 rated load, 3 S'p 6 6 7. 50% rated load, 3 C y t 25% rated load, 3 S f Exciting current in $ of full 55 C OA rated load current at 6 1103 rated voltage 7 e 1003 rated voltage 6.8 903 rated voltage r Impedance of winding at nameplate. 55 C OA raring, t 7• 8 Voltage regulation at 100% 55 C OA rating 1003 power factor, 3 O. 1~~ 7• 803 lagging power factor, 3 o.f` 803 leading power factor, *3 High voltage bushing Manufacturer and type G~~• ~ti rfR c N 00 N' .P < E Guaranteed date of delivery c ';7~J t,.J /r r /3}? o i, r ,Cr,o e 'r y s. 0-3 • ...~iL~L~/~ SU.UlT.e Tied S BIDDER'S NAME) ~e Manufacturer Tvpe or Catalog No. Section 2A - CONTROL PANEL I Reference detailed specifications' } Section 2B -DISCONNECT SWITCHES , S - A A yW .?r f o Reference detailed specifications. Section 2C - BATTERIES 6 CHARGER ~7.r ed.~ (~,a/~e nJ Q G 16'D k Reference detailed specifications' 2ATE.lCa 41' i 1 ' i , r d C• 1 ..i • e• ..1 J I 1 SUBSTATION Bidaer s Name Section 21) - 5`IM S'TMCfURES Supplier's name JC L/ fin >aoN r Estimated total weight of steel, pounds Delivery Date , ;r 0j, List structures which require , F field assembly and describe sliiPpizg sections for each t s Ole C~e t v ~..v i r ANCHOR BOLT DELIVERY nATE •S: ti. D-5 (BIDDER'S NAME Manufacturer Type or Catalog No. Section 2E - Circuit Breakers L`• blAcuuM a Reference detailed specifications. i A✓• XX-ANi c e R 0r, Section 2F - Insulators 11 Station Post Type O Q a1 7 4P ;Z i2 ~ ' ' .L A pop ? 7 0 y 7- yp ~ t Section ZG - Grounding Macerial Ground Rods p w .vArA Fv/t ^l/J AIE- Split Bolt Stud Connectors 1 , Guaranteed Date of Delivery All Equipment 6 ~.IK-r ^A • A,* C74 Section 2H - Potential Devices 3 Reference detailed specifications s i sF• ' D-v CA -4/L le fu oO Iroe r / o.^J (BM RS'S ;A Section 21 - CIRCUIT SWITCHER Manufacturer Type or Catalog Nc S-A Reference detailed specifications : ~actvo.6J 1e/tVice A,6P, Section 2J - RIGID BUS, BUS FITTINGS 6 JUMPERS e Xd Conductors Cable : f.er---~-- I PS Bus feX X r.!/M Connectors pp 1 Fittings C 1 S-C i Section 2K - LIGHTNING ARRESTERS Reference detailed specifications • s .7 E Y F• j . D-7 I I t,1 r CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON THIS AGREEMENT, made and entered into this 3_ day of October A.D., 19_A4 by and between The City of Denton j of the County of Denton and State of Texas, acting through G. Chris Hartung, City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Dickerson Construction Co., Inc., Box 181, Celina, TX and Lewis D. Dickerson, Individually of the City of Celina , County of F 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 r even date herewith, the said Party of the Second Part (CONTRACTOR) hereby e agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: ' Bid #9342 Street 8 Waterline Improvements for Denton Landfill Installation i Purchase Order 665362 Landfill Waterline $65,873.50 as per Proposal Attached 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, toils, r superintendence, labor, insurance, and other accessories and services s 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 flaps, plats, blueprints, and other drawings and printed or CA-1 0044b 1 a written explanatory matter thereof, and the Specifications therefore, as prepared by the Department of Public Works Enaineepe Section, i _ -City of Denton 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 f_ 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 1 agreement in the year and day first above written. presents have executed this E ATTEST: Party t rat Par , OWNER _ Y ATTEST: i Party o e e n ar , OR By itle president ,A ST: i ~ (SEAL) PROVED AS TO FORM: Lewis D. D ckerc a' Y-J-Jd ally Cit Attorney CA-2 i 0044b i Of . "1C BID SU; MARY F TOTAL BID PRICE IN WORDS Pro ect A i Prr,ject 8 r~ In the event of the award of a.contract t~) 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. 1 ~ It is understood that the work proposed to be done shall be accepted, when fully completed and Einished 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. CONTRACTO - BY , i P for i9/ St`reat Addr- City and State 7ruu~_ Seal & Authorization (If a Corporation) ~~E4 3 8 ~ -e? I a ~ Telephone n 1 i BID TABULATION SHEET CGNTRACTOR MAY BID Bid S 914 2 i EITFE•R OR BOTH PROJECTS !0 ACT A - Denton Landfill Road - 40 Work Days P.O. 6 Item Description Sid r 100 Unit Qua- n~i~ Price Preparation of right-Of-way Extension extend 3 existing gravel velL.S. L.S. drives $ $ 110 Unclassified excavation CY 2,110 $ 132 Compacted Fill $ CY 2,390 $ 260 6" Lime Subgrade $ 264 Type A-,Hydrated Lime Sy 7,380 $ $ $ 340-Al 6 1/2" type G asphalt Tons 70 $ i 340-A2 Sy 60890 $ 1 1/2" type 0 asphalt $ 34Q-g SY 60890 $ Type 0 Asphalt Patch $ 432 Tons 5 Class 8 Concrete Rip-Rap SY $ $ ' ' 465-Al 30" RCP 100 $ $ 465-A2 '0" Safety Ends-6:1 LF 86 $ $ { S'P•'1 4" Sub-Drain Pair 2 $ $ ' 200 $ $ BID TOTAL PROXCT B Denten Landfill Waterline - 50 $ I1 Work Days i Desc_ r1 ipt1 Unit Bid W -1A W Price -1A " PVC -Extension L.F. 4706 6" PVC Waterrmain W-2A 8„ Gate Valve L.F. $ q• ` $ 4 s 88!" r- Ea. 56 $ $ W-2B 61' Gate Valve $ 4?''*` $ 218ra. ~ Ea, I1 W'3 1" Air Release Valve $ 3Go.°- $ ,396 o. j W-4 Fire Hydrant Ea. 1 $ s1o,'= $ yto.~ 340-8 Type D As h Ea. 10 $ 9,,e.'~$ 9oeO ° p alt Patch Tons 50 j BID TOTAL Alternate (If Needed) $ ~5871,'~ i W-5 Cast Iron F fittings Lbs Cw 0 $ s, $ P - 4 1 DICKERSON CONSTRUCTION CO., INC. C P. O. BOX 181 • CEIINA, TEXAS 75009 • (214) 382.2123 OR 382.2761 1 i j DATE: September 25, 1984 TO: City of Denton, Texas Purchasing Agent Purchasing/Warehouse Complex 901-8 Texas St. Denton, Texas RE: Bid 119342 - qualifications Street & Waterline Improvements for Denton Landfill Installation e **If this bid is accepted by City of Denton, it will be accepted with the following qualifications: (1) This does not include any crushed rock for base material, (2) If any of the proposed line is installed under asphalt , pavement, it does not include filling ditch to top elevation of road bed with sand. 1 (3) If any rock is encountered it will be excavated at the f price of $20.00 per cu. yd. SUBMITT 0 BY: t I Lewis Dickerson, President DICKERSON CONSTRUCTION CO., INC. ' I F` { I t i I 11 I` l PERFORMANCE BOND STATE OF TEXAS X ' COUNTY OF DENT 11 KNOW ALL MEN BY THESE PRESENTS: That Dickerson Construction Company, Inc. Individually and Lawie Di n1.L rson , of the City of Celina County of , and State of Texee as PRINCIPAL, and Fidelity and Deposit Company o_,yland i the State of Texas to act as surety on bonds as SURETY, authorized under the laws i bound unto the t iir nt n Texas y as OWNER, in the penal sum of Sixty-live thousand eight hundred seventy-three dollars • ~ and 50/l00--------- ..-_Dollars ($__65,8p ) for the payment whereof, the said Principal and Surety ~qnd 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 0;4NER, dated the rd day of fez , 19 r ~ Bid# 9342 Street and Waterline In rovements fc D for the construction of Purchase Order #65362 Landfill Waterline dfill In.►.~t..ipn which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if coped 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 +nd 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 a4d the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 i 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 i 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, J I venue shall lie in County, Stste 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. i IN WITNESS WHEREOF, the said Principal and Surety have signed and + sealed this instrument this _11th_ of ~etober 19~, Dickerson Construction Company, *nc, and Lewis D. D art* Ind Fidelity and D nCOmnanv nF Maryland By Pri Surety r n Edward L. Moore Title L Title r -~°~",~i------- o .r ' Address P.O. Box 181 Address 1222 First City Nat'l Bank Bldg. Celina, Texas Houston. Texan 77002 i (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: z Texas-Pore Associates In e, 12 Ink Bullet' r Ing Houston T ex as _27002 NOTE: Date of Bond must not be prior to date of Contract. 1 P B-2 t !F { 0092b s I F 1 I 1 i COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, i contact the agent or write to the company that issued the bond If the hrotlem is not reso':ed, you may also v`rite the State Board of Insurance, Deparlme)l C, 1110 San Jacinto, Austin, Texas 76786. This nol+ce of a complaint procedure is for information onty and does not become a part or condition of this bond P I t i ~I a s } PAYMENT BOND STATE OF TEXAS ) i I COUNTY OF DE_ NT` M r ~ KNOW ALL MEN BY THESE PRESENTS: That Dickerson Construction Company, Inc. Individuall a"'~ T-•"-i-" n ni_ ti~o_"~_ of the City of County of - , and State of - Texa_ s as principal, and and De sit Com ae of Ma Iand P d i authorized under the laws of the State of Texas to act as surety on bonds for f principals, are held and `irmly bound unto Cites Benton, Texas , OWNER, in the penal sum of ` - Hundred Seventy-Three and 50/100 -----------Sixty-Five Thou_ sand_E{ght _ + for the payment whereof, the said Principal and c Dollars (f 65,873`_ heirs, administrators, executors, successors and assigns bind themselves and their i I thes presents: jointl and severally, by • i.'H EREA$ , the Principal has entered into a certain writteu contract with the Owner, dated the r _7rd day of ' 19. -AA-. J Bid 4934 8tr t a d Ha , t Purchase Order #653620. Landfill Intt4llitie~„ to which contract is hereby referred to and made a same extent as if copied at length herein. Part hereof as fully and to the i NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants su 1 in or a subcontractor in the prosection of the work y g labor and material to as, then this obligation shall be void othP rwise to provided for act remain in full forcin s e e a aid nd effect; PROVIDED ~ HOWEVER, that this bond is executed puzsuaat 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 ono this bond shall be determined in accordance with the provisions of said Article to the a same extent as if it were copied at lea r gth herein. PB-3 1 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument thislith_ day of ~eteber , 19 84 Dickerson Construction Company, r1tc. and djyidwtlly Wolitv_;nd Deposit Coutpanv of MarylaMd Pri Surety B + By res dent J Indivigus 1 ~'~1~! /.OZG 1 y E war L. Moore Title Title Address ~Q, Bos 161 Address ` i 17 7 A1.,. rit• Nat!1 a ak Building ! C.1ina Two.. -Hnvslnno Teza■ 77M9 t (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: T-pore Associates Inc 1222 First City national ~3fy1L.lsy~Q~Y ~ H us ak F xss 00 i A f PB-4 t 0092b i, MAINTENANCE BOND f s STATE OF TEXAS t! COUNTY OF X i Diekessos sK Pori ALy MEN BY THESE PRESENTS: THAT Dickerson Construction Co., rZA dua1- a s prncipal, and p; Texas, as Suret a Corporation suth-oze to o usines is the te- the Cit Y, do He reb y acknowledge themselves to be held and bound to tpay to y of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton Count Y ' Hundred Ei hi -Seven and 55/100 Texas-the sum of Six Thousand Five the total amount of the contract for the a Dollars 587 35 ---j---I - surety do hereby bind themselves, theirpsucc ssorswhand asssians Principal and severally. 8 jointly and This obligation is conditioned, however, that: WHERFAS, said Dickerson Construction Company, Inc. and i has :his day entered into a written co] ac w and construct I EI :!1 1, 1111 And e s i } Installati p y o enton to uild which contract and the p-711ans you ~specinflctlczon~ mention + City of Denton, are filed with ed, adopted the City Secrets y -the expressly incorporatd herein b ry of said City and are hereby were written and set out in full herein,eanda made a part hereof as though the sale i contract, it is WHEREAS said , under th plans p.ovided that the Contractors will maintain and keep in s~od ' the work therein contracted to be done and performed for a period of one 1and from the date of acceptance thereof and do all necessary backfilling hat pray become necessary in connection therewith and do all year repair of any defective toward condition necessary work construction of the improvements g ctemplatel by said out of or arising r the the same or on account of improper oexcavation or backfilling, it on constructing that the purpose of this section is to cover all defect_veco ditionsg arising oby reason or defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail , improvements it is agreed that the City to repair may do said rwork stincaccordance nwith contract and Supply such materials and charge the same against the said Contractor said and its ;surety on this obligation, and F ; to the dams es id Contractor and surety shall be subject in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of seid contract and this bons. 0043b ME-1 4 NON, THEREFORE, It the sdid Contractor shall perform its i 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 bp 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 i continuing one against the Principal anri 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 Dickerson Construction Company, Inc. as Contrac or an rinc -Kae caused ti sf ?jhS- to be executed by _ La:ia D Aiclersoa and the said as surety, has cause ese p sent. to execut y its Attorney-in-Fact .a...~A and the said Attorney-in-Fact has hereunto set rand this t S ti ay a October_ , 19-AL. i SURETY: PRINCIPAL: a Dickerson Construction Company, Inc. and Zidelity and Deposit,C~o>moany of Maryland j BY: 7 ri de RdvirA i_ Mmrs B Attorney-in-Fact Individunllq i i 1 i ~ i I n-2 009 3 b The FIDELITY AND DEPOSIT' COMPANY OF MARYLAND Q D FIDELITY AND DEPOSi r COMPANY Compelrues HohtE OFFICES BAMMORF, MIT :1201 POWER OF A'CI'ORNEY KNOW ALL MEN BY THESE PRESENTS: That the Fu*j I rY' A\D 14 ro!,IT GIMPANI' OF MARI LkivD, ;nd the FIDELITY AND , DEPOSITCOMPANI', corporations of the State of Maryland, by C. M. PECOT, JR. , Vice-president, and C . W. ROBBINS Assistant Selrrtary, in pursuance of authurits granted by Article V1, Section 2 of the respective Byd.aws of said Cornpunies, wh.ch are set forth on the reccr.e .ide heric fan.] are hereby certified lobe in full force and effect of the date thereof, do hcrelw n;*rttinate. T on.litnle, and appr;int Will jam S. Price, Edward L. Moore, Jerry L. Scoggins, Gail Shaw, George T. Ramirez and Judith A. Stinson, all of houston, Texas, EACH...... - ee trawful agent and Attorney in-Fact of each, to make, execute, seal and delver, for, aad on its behalf as surety, and as its act and deed: any and all bonds and under takings...EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians...... n the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and imply, to all intents and purposes, asiftheyhad been dulyexecuted and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Vid„ in their own proper persons. s power of attorney revokes that issued on behalf of William S. Price, etal, dated, July 8, 1963, f IN 19'ITNESS A;'HFREOF', the said Vice-Presidents and Assistant Secretaries have hereunto subscrib:d their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OFNIMLIM and the FIDELITY AND DEPOSIT i COMPANY this ........................ls 5................ day of J...ne A. D. 19...8.4...,..... f I r' ATTEST: FIDELITY AND DEPOSIT COMPANY OF MA L4ND rSEALO '.dmarant Grrrrnq f'irn aident _ FIDELITY AND DEPOSI OMPANI' 1 I SEAL /j ',dasisfanr $rrrrary I'irerc,i dens STa1L OF M+A YLUa I r. I CRT or Btttryoo E On this +8 t I day of June , AD. i984 before the subscriber, & Notary Public of the Stale of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the ahot _ named Vice Pn sidents and Assistant Secretaries of the FIDELITY AND DFPOSIT CONIPANY OF.NAR1'LAND and the FIDELl7)'AND DEPOSIT COMP M, to me Personally known to be the individuals And officers described herein and who executed the preceding instrument, and they each scinowledged the execution of the same, and being br me duly sworn, severally and each fns himselfdeposeth and gall h, that they ■re the said officers of the Companies aforesaid, and that the waln(fixed to the Precedi nt instrument are the Corporate Seah of said Companies, and that the said Corporee Seals and their signatures is such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. t~ IN TESTIMONY li'HF.REOF, I have hereunto set my hind and affixed my Official Sear at the 'ly of ahimare the day a year first above written. , ..a. ~t i racy. Pr, it • aesaar s 1. him . My commission expires,July 1, 1986 CERTIFICATE t, the undersigned Asetatant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANYdo hereby certify that the original Power of,knorneyy of which the foregoing is a full, true and correct copy, isin full force and effect on the date of this certificate, and 1 do further certify that the %'c:e-Pre.idenls who executed the said Power of Attorney were Vice* President a specloll) authoriaedb the Boardro(Directoretooppoiniony Attorney in Foci uprovided in Article Y'l,Section 2of the respective By IAwsoflhe FIDELITY AND DFPosITCO',fPANY' OF.MARI'L.A1D and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by N,,imile under and by authority of renolurions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY' OF MART LAND 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 raged and hrld on the 2nd dry of Nosembcr, 1478. RESOLtED."That thefsc.imilrormechamcallyrrproducedy nature of or v k,g;st ant5ecretary of I he Company, % hether made heretofore or hereafter, whenever sp earing upon a Terrified cupv of any Fowrr otganorrey issued by the Cnmpany, shall be valid and binding upon the Company with the same force and rXect a, though manually affixed' ,',i TESTIMONY A HEREOF', I have hrri-woo wb.cnhrd my name sod afiI the corpnrare sealsof the said Companies, this .._.....5th . dry of.._._0c.t,Clber.._.._..,_., 19... 8~+.. L 419. 1"s -(,(-870-0896 Auutanr 5rcre FUIt S'Ul'!( 1'I(l)'Il l I I(!\ I l is)I~ I i 11s I i l l' I I NI 1 I f.I(NI.I2K L.~ T CITY OF UEN'fON INSURANCE MINIMUM_ REQUIREMENTS I Without limiting any of the other obligations or liabilities of the / Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the Gity of Denton, Owner, minimum insurance coverage as follows: _ TYPE OF COVERAGE LIMIT:; OF LIABILITY I. WORKMEN'S COMPENSATION STATUTORY Ii. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each occurance Aggregate Property Damage $100,000 , Each accident III. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 1 0 $ 00,000 r Each person Each accident Property Damage $100,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S Pe,OTECTIVE LIABILITY INSURANCE POLICY with the following limits; BODILY INJURY PRUPERTY DAMAGE $300,000 each person $100,000 each accident $300,000 each accident $1,000,UU0 aggregate k Covering the work to be performed by the Contractor for the City of Uenton. 8. T Policy he contractor will furnish the Owner's Protective of Certificate descriredeonrlthe following and x to tthe the 1 ; for its approval. Insurance Qust be accepted before f commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. %0399c CERTIFICATE OF INSURANCE HIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by the r mpany or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by f the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insutet on the policy or policies referred to herein. In the event of any material chang: in or cancellation of the policy or pol ties, the compary or companies wilt mail ten (10) r f days' written notice !o the party to whom this certificate is addressed. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: 10/16/84 F_ -1 REMARKS: I City of Denton aid 0 aced? J 901-8 Texas St. Denton, TX 76201 I L Attn: John J. Marshall, C.P.M. J Purchasing Agent NAME AND Abu R£SS OF INSURED: ` Dickerson Construction Company, Inc, Lewis Dickerson Individl.tal & Celina ready Mir 4 P.O. Box 131 Celina, Texas 75009 Policy Effective Expiration Insurance Company Type of Insurance Number Date Data LIMITS OF LIABILITY* Nu • Workmen's Compensation Statutory and + Employee Liability Employee Liabitiry limit-5100,000 r~! Comprehensive 8oo;.y Injury Central Liability 1 S Each Occurrence Aggregate Products i S & Completed Operations Property Damage I i t S Each Occurrence t S _ Aggregate Operations y $ Aggregate Protective i S Aggregate Contractual 1 . y S 811C110119 apn letrerd ooucv , Operations Comprehenive Bodily Injury ftnpire Fire & Marie Aatomobite liability' BAC 236358 9/1/84 9/1/85 S 500rooo. Each Person + Insurance Corl)any S`50()1()00 - Each Occurrence Property Damage $ 500'000. Each Occurrence j - - I L-L I 'Absence of any appropriate entry means no such insurance is in force NAME .tea ADDRIS ; OF AGENCY ''Coven ell owned, nonowred or hired vehiclm Texas-Fore AssociatOS r Inc- 1222 First City N-itional Bank Bldg. Houston, Texas 7700 _ 652-0718 eaotra SMOEl. Of AGEBCT Authorized Repfesentatrves of the Insurance C panics referred to above. i - Y p CONTRACT AGREEMENT STATE OF TEXAS - COUNTY OF DEN70N THIS AGREEMENT, made and entered Into this A,D., 1984 day of , by and between The City of Denton of the County of Denton and State of Texas, acting through 4 G. Chris Hartunci, Cit Manager thereunto duly authorized so to Party of the First Part, hereinafter termed the OWNER, and Ja oe-Public Co., Box 250 Denton 7X 76201 " ii 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 agreements hereinafter mentioned, to be made and payments and perform by Pa of the First part (OWNER), and under the conditions expr es edein thehebondsybearing even date herewith, the said Party of the Second Fart agrees with the said Party of the First Part (OWNER) to com(CONT hereby mence and R complete the construction of certain improvements described as follows: Sid #9342 Street E Waterline Im row ents for Denton Landfill Installation Purchase Order #'65363 Landfill Streets $152,719.00 as per Proposal Attached 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 1 Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the which includes all maps, plats, blueprints, and other drawings and plans, printed or i` CA-1 0044b r written explanatory matter thereof, and the Specifications therefore, as prepared by the Department of Public Works Engineering Section, i City of Denton, 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 1 such extansions of time as are provided by the General and Special Conditions. I 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 I payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this R agreement in the year and day first above written. A ST; l r~ ' a o th st P rc, B (SF 1 ATTEST: arty o he Second art CONTRACTOR By - (SEAL) APPROVED AS TOO FORM: SLL_'-L- ` SI ~ ' ~ CI Attorney I CA-2 ~ 0044b I 1 i 1 BID SUMARY TOTAL BID PRICE IN WORDS Proiect A One L 5 Flct / n v0 P rofect B In the event of the award of a contract to the undersi'n undersigned will furnish a for the performance bond and a g ed, the nt Mond full amount of the contract t secure prop compliance with the terms and provision' insure and er of the contract, to guarantee the s work until final completion and laboptance, and to guarantee payment for performed and materials furedr in llthewfulfilclaims the contract. nish fof y It is understood that the work proposed to be done sh i accepted, when fully completed all b the and e plans and specifications, finished in accordance with Engineer. to the satisfaction of the 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. CONT - OR BY GK Q Street A dress y e °t /N X cy 7 1, City an State Seal & Authorisation (If a Corporation) Telephone F'7/ 3eL- 23'?l CPC- 7,--;-4 CF. p D 7 ti . ^1r BID TA61X ATION SHEET aid 0 -lap CONTRACTOR MAY BID EITHER OR BOTH PROJECTS P.O. 4 PROJECT A - Denton Landfill Road - 40 Work Days Item Descry Unit Bid Quanta Price Extension 100 Preparation of right-of-way L.S. L.S. $ 24 C40 C, $ 22, coo•o'- extend 3 existing gravel drives 110 Unclassified excavation CY 21110 $ /.fo $ !Gi'. 132 Compacted Fill CY 2,390 $ 2,2S" $ 5#377.50 260 6" Lime Subgrade • SY 71380 $ /,21' $ q, 225.0' 1 264 Type A-Hydrated Lime Tons 70 $ 71,02 $ 5 74 ° o~ . 340-Al 6 1/211 type G asphalt SY 61690 $ ! 25' $ 77, 512. So 340-A2 1 1/2" type 0 asphalt 1 SY 61690 $ Z'& ° $ 1 7, 4iyl. 00 { 340-B Type D Asphalt Patch Tons 5 $ G5•" $ 3Z50,w 432 Class B Concrete Rip-Rap SY - 100 E 25,u? $ Zj 500,,y3 465-A1 30" RCP LF 86 $ 510. Of- $ 01 465-A2 30" Safety Ends-6:1 " Pair 2 $JJao.°= $ 2,oco.~? 1 S.P.-1 4 Sub-Drain LF 200 S-3,000.15 8ID TOTAL i ' PROJECT a - Denton Landfill W,~arline - 50 Work Days Item Description Unit Bid Quantity Price Extension W-lA 8" PVC Watermain W-la 6" PVC Watermain LL'FF' 4706 $/o.~s $ So,Sd9 4 W-2A 8" Gate Valve Ea. 50 $ IF. 040 z?- $ y SD,u. 6 $5z?-S' E 3,r3 5•o4 W-2B 6" Gate Valve Ea. 11 $ 344.c-I $ 3 SG •CQ W-3 1" Air Release Valve Ea. 1 $571.00 $ $72.Ga W-4 Fire Hydrant Ea. 10 $99d•uc $ 9 gcDo.uc 340-B Type D Asphalt Patch Tons 50 3 71.50 $ 3.575.01 BID TOTAL ~ $ 72~S77,S° Alternate (If Needed) W-5 Cast Iron Fittings Lbs. o $ 1, 6s $ /oQ1LL_rrnaiy~~ //~J~O !ro 4k Yu P .4% -n /10G71~C' l~YGAVnf~G. j ti xC `S~YCQf LXCCp" 70f CYOCioYyJ. E Ccun14ytc en 06,1, Zoo C,~/ / I PERFORMANCE BOND STATE OF TEXAS COUNTY OF Denton ' i E KNOW ALL MEN BY THESE PRESENTS: That JAGOE-PUBLIC COMPANY of the City of Denton _ II County of Denton and State of Texas principal,and SPahnard Snraty Cnmpiny authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unLo Cit of Denton, Texas Ow er, in the penal sum of ne un re i y two oasan evei~U0Yais(S ~l for the payment w ereo , he ai Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, tka Principal has enter .to a certain written contract with the caner, dated the~day O co y, 0,1 19 to Street Improvements for Denton Landfill Installation - Denton, Texas Project 093-42 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully t observe and perform all and singular the covenants, conditions and agreements in and by said 1 contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; "PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article 5160 for Public Work) (Article 5472d for Private Wotk)* of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Artiae to the same extent as if it ware copied at length herein." 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, speci- fications, or drawings accompanying the same, shall in anyway affect its obligation on this i *Not applicable for federal work. See "The Miller Act," 40 U.S.C. S270. PB•1 f 0 n t..., sea ini bond, and it does hereby waiNe notice of any such change, extengon of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. s , ' IN WITNESk WHEREOF, the said Principal and Surety have signed and sealed this instru- ment this T Q- day of__Cr'IO ~~j 19 JAGOE-PUBLIC COMPANY SEABOARD SURETY COMPANY PrinaI d sss y 4 01, N' j • l V i Orvil B. Coborn, Jr., Attorney -fact Title' c~•- ~rtar% e a Title Address P. 0. 8ox 250 Address 8300 Douglas Ave., Suite 700 F Denton, Texas 76201 Dallas, Texas 75225 1 The name and address of the Resident Agent of Surety is: ELLIS CROTTY POWERS 8 CO., INC. 8300 Douglas Avenue, Suite 700, Dallas, Texas 75225 r i E i PB-2 O w r.. w... ta. ini y tt PAYMENT BOND 4 S S I STATE OF TEXAS COUNTY OF DENTON } j. KNOW ALL ME:4 BY THESE PRESENTS: That JAGOE-PUBLIC COMPANY ^f the City of- County of~ton l e n and State oL~ T e x a sto n - principal, and S F Il a~ nay JR F T Y f ~M p A N y as authorized under the laws of the State of Texas to act as surety no bonds for rinci ' an3firmly bound unto CITY OF DENTON, TEXAS p pals, are held in the penal sum of n e u n r e t yTw L) u s a n , evTekn,Ifare;re Seyeen't', fn, the payment whereof, the said Principal and Surety bind themselves and their heirs adminja~ trators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, ¢e Principal has enter Into a ce dated the h'~ written contract with the -lday of (2, er, to I Storeet Impp3roveements for Denton Landfill Installation - Denton, Texas whic9 ce~ntact Is hereby referred to .%nd made a part hereof as fully and to the same event as If copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION said Principal shall pay all claimants eu IS SUCH, that if the pplying lbor and material him or suactor In the prosecution of the work provided for in saa dacont act, hen, thi,iob obligationn shallbervoid; otherwise to remain in full force and effect; 1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in I ~ accordance with the previsions of said Article to the same extent as if it were copied at length herein. r Surety, for value received, stipulates and s or addition to the 3rees that no change, extension of time, alteration terms of the contract or to the work Performed thereunder, or this plans, specifications or drawings accompanying the same, shall in anywise affect its obligaticn on this f r I i PB9 t 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 WITNES ~t'HEREOF, the s id rincipal and Surety hav7-i gred and sealed this instru- ment this-_ I -day of____d,-2c_4 -4 19 J- . JAGOE-PUBLIC COMPANY _SEABOARD SURETY COMPANY _ t - - --Princlp I Sur tex BY~- By- Orvil B. Coborn, Jr., Attorne - -fact 14- 4, Title-Title P 0. Box 250 Address- 63.49-f_2u_9 - Suite 700 Denton, Texas 76201 Dallas, Texas 75225 The name and address of the Resident Agent of Surety is: ELLIS CROTTY POWERS R :0., INC. 8300 Douglas Avenue, Suite 700, Dal,is, Texas 75225 tl i t I PB-4 • !4AINTFNANCE BOND ISNO!'' ALL MEN BY THESE PRESEPITS, that tie, JAGOE-PULL IC SEA80ARD SURETY _ as Principal, and COMPANY and firmly bound unto _as Surety, are held CITY OF DENTON, TEXAS (hereinafter called the Obligee) in the penal sum of Fifteen Thousand, Two Hundred Seventy Eight and No/100------------ to which payment well and truly to he m da in lawful Dollars mons e 15 States we hereb ,278,00 y bind ourselves y of the united ) Successors and assigns, our heirs, executors jointly and severall administrators, Y, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS S UCPI, That whereas, the Principal entered into a contract with the Obligee dated for Street Improvements for Denton Landfill Installation _ Project 993-42 Denton AND, TIHFREAS, the Obligee requires a uar against defective materials and workmanship- antee from the Principal contract; in connection with said whichNmao THEREFORE, if the Principal shall make an y become necessary durin the any repairs or re g period of placements from -CDP Year workmanship in connection withbsaidscontract, Ofvwhichedefectiveness f the Obligee shall give the Principal and Surety written r' fifteen (15) days after discovery thereof in be void; otherwise it shall be in full force p handthffect• obligation within All suits at law or must be instituted law or proceedings in equity to recover on this bond maintenance pewithin twelve riod (I2) months after the expiration provided for herein. Signed, sealed and dated this p x~` e4 -,~daY of , 19 t JAGOE-PUBLIC CO PA)~- ,2 Y Prnczpal f By S EABOAR SURETY COMPANY f u y~ By Orvil B. Coborn, Jr. Attorney-.1 -Fa I Cerlif-ted Copy SEAWARD SURD, COMPS C 7913 No. 1226 New York, New York t / POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That SEABOARD SURETY COMPANY, a L,)rporation of the State of New York, has made, constituted and appointed and by these presents does make, constitute and app.)int Willard Crotty or James N. Powers or Tom P. Ellis, III or Peter A. Rush or William G. Klingrnan or Drvil 8. Gborn, Jr. or G. E. Easley or Rosemary Weaver of Dallas, Texas its true and lawful Attorney-in-Fact, to make, execute and deliver on Its behalf Insurance policies, surety bonds, undertakings and other Instruments of similar nature as follows: Without Limitations 1 Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attnrney-in-Fact, shall be tinding upon the said Company as fully and to the same extent as if signed by the duly authorized ofh,.ers of the Company and sealed with its corporate seal; and all the acts of said Attorney-in-Fact, pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By-Laws which were duly adopted by tie Board of Directors of the said Company on December 81h, 1927, with Amendments to and including January 15, 1982 and are still in full force and effect: ARTICLE VII, SECTION 1 f "Policies, bonds, reeognitanees, stipulations, consents of surety, underwriting undertakings and Instruments relating thereto, Insurance policies, bonds, recogniza races, st i putat ions, consents of surety and underwriting undertakings or the Company, and rel eases. sg reemen is and other l writings relating in any way thereto or to any claim or loss thereunder, shelf be signed in the name and on behalf of the Company (a) by the Chairman of the Board, the President. a Vice-President or a Resident Vice-Presidenfand by the secretary. in Assistant Secretaryit Resident Secretary or a Resident A,$$S ant Secretary; of (b) by an Attorney-it-Facl for the Company appointed and authorized by the Chairman of the Board, the President or a Vice-President to make such signature, or (c) by such other officers or representatives as the Board may from time to time determine. The seal of the Company shall if appropriate be Wfixed thereto by any such officer, Attorney-in-Fact or representative." I IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice- Presidents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ...25th...... day of . July. 19.84... ,a sser rrr °c Attest: SEA B0 D UAETY COMPANY, 1927 ~ By ''~srxt+``~ lSeap ' Assist Sec; et ----~`Vice-President STATE OF NEW YORK ss.: COUNTY OF NEW Y On this... __.2.5th . day of Jul.y_ '19_84. before me personally appeared Thomas.. P. Gorke a Vice-President whom I am personally acquainted, who being by me duly sworn, rn, said that he resides SEABOARD SURETY COMPANY, s in the State of N.ew_ Jersey, that he is a Vice-President of SEABOARD SURETY COMPANY, the corporation described in and which executed the foregoing instrument, that he knows the corporate seal of the said Company, that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice-President of sat any by I a iLh$,i1Y1%jklCbr9 4ea; Otary Vubhl_ $ule r New York n r c V7 i1.40 1i1B11 UI- tit i icy n Oveens County ail, ate ci'ru In :Co Y r•k County Notary PuDlit ,arc,t3~ 15sd C E R T I F I C A T E gne d Assistant Secretaryof SEABOARD SURETY COMPANY do h9reby ceGfythat the or;goal Powerol Attorney of is h the loregoing is ctcopy.is in furl force andeffect on the dare of this Certificateand l do funhercendirtlial the V,cii s~dent who ex ecuted the said Powerol Attorney was one of the officers authorized by the Board of Directors to appoint an attorney-in-fact as provided in Arl,cle VII, Section T, of the By-Laws of SEABOARD SURETY COMPANY. This Certificate may tesgned and sealed by facsimile underand by authority of tho lollowing resowron of the Executive Commdtel the Board of Directors of SEABOARD SURETY COMPANYat a meeting oily called and held on the 25th day of March T970. "RESOLVED !2) Thal ire use of a prinied facsimile of the corporate seal of the Company and of the signature of an Assistant Secretary on any CErtrfiealidn of the correctness of a copy of an instrument exeruted by the President ora Vice-President pursuant to Article VII, Section 1, of the By-Laws appointing and authorizing an attorney. in-fact to sign in the name ano on behalf of the Company surety bonds, underwriting undertakings or other instruments desCNbed in said Anide VII, Section 1, with like effect as if sick seal and such signature had been manually affixed and made, hereby is authorized and approved " IN WITNESS WHEREOF I haaaehh reunto set my`?~d a a Ixed the corporate seal of?e EompanY to the 1 r ryy~~ presents this ' < day of c.._.. n. ~ 19, r7 92r, o 7 'Zi AsSFS'ant S- racy 1 { PROJECT No. CONTRACT NO. . THE STATE OF TEXAS 3 DEVZLCPmENT CONTRACT COUNTY OF DENTON 5 WHEREAS, a developer of real property iocatec in the corporate limits or the extraterritorial lurisd:cticn cf the city of Denton, Texas must deve:op such property in corpliance 4itir the apo_icaole ! ordinances, regulations and specifications of tye City of Denton pertaining to the cen5tr.ctlon ant installation if streets, alloys, curs, gutters, drainage facilit:es, dater mains and lines, sanitary and storm sewers and other improv•~ments and utilities in such new development or subdivision; and WHEREAS, said developer, Mack Center a Partnership hereinafter referred to as "Owner", elects to make such inprove- s ments hereinafter set forty by contracting with another party, i JAY-t"UuZ r~Rri)~~FTIIrI hereinafter referred io as a - "Contractcr"; and ric ER LAS, L1rner a;fC r.Ci nt'' actor :ecccn.:e a:, acrr.o :ecge all t, e oP den:cn, nas an interest r" F, • t0 CCnLrc.'-r C:; - 'Ja. ' ~I ~ ,:1 t r 1 L~.C ::air r. 4, r,•~ L - y _ , ..:i._. c_ ,fin,, 1:1C... 1:. cccor.:a GCB . _ f cy sa:. ':.ty, I s , h i iN£SSE±;+; As to the in provements, as hereto specified in -xhibit A, attached and incorporated j~ herein hereinafter by reference referred to for all purposes, constructed at as ImProvemenrr% tc be installed and A d d i t i r, n f i14tJz r r f of the uer~ 3c~~ Ci of, tor, 7~'xa COntract0 p r ani _itY, in consideracir.n~r`----- the Caner / covenant of their 'nct p.~,~i s contained he:ei ual ses and n, agree as follows; Contractor dy:ees as a, TO constr_,C. 3 lnsta?1 s~, With cr,e City'; ° 1'prover..ents in acct ; ante , ions' - aevel o L aana,e, rater and age SFecifica- + _he 'Denton D eu , regulations and sreCifica pment code. and any other ordi cions mantes, all necessary applicable thereto and 1 or reconstruction to Ferfor.;, required to Beet the Cit.,. sp Of said improvements as `ions f^r lima ecifications, ordinances - ,-eoula- l aFProval and City, acceptance of cne Irpro•,enents n Y e Y b, to cooperate wl ngineer, city ins th a;:d aoi e :)Y an:• o: de: s c rec crs and other i t.1e Ci: j canner or ;ce-%0d eJ7 lc;ees as tc tne ci. e • 0: .:U1:5:. ...11011 - pr V?°ent$ 1f,5ta__]t.Oil r,c are: o: the . 1 ~1 . . z contract amount For such Improvements, insuring the maintenance a and repair of the improvements, for a period of one year from the date of acceptance of the Improvements by the City. The bond Y shall be in favor of the City and shall be executed by an appcovea surety authorized to do business in the State of Texas. d• Not to begin any construction or installation of the 1 4 Improvements specified herein until Contractor receives a written ' 'Letter of Authorization tc Proceed' by the City Engineer, . y certifying that all preconstruction requirements of the City have been met• e. To hire and retain adequate supervisory personnel to insure that the construction and installation of said Improvements are done in accordance with the terms of this agreement. 1 2. owner agrees as follows: a• That prior to the beginning of the construction and installation of the improvements, to furnish a performance bond, in form and substance acceptable to the City, in the amount of 100% of the contract amount for such Improvements, guaranteeing the completion of the construction and installation of said improvements. The bond shall be in favor of the '--ity and shall be executed by an approved surety cet)pany authori:.e,: to do business j in the State of Texas. b. -hat prior to _,e q; n n_ f e .c:;.: Trot C r, 0 nd .nstaI at:ra of the I "J "IQ flt5 G^t'C:.E'~ 'nl:~~ C. iC:nl$~1 d 1 I . E Payment bond, in form and substance acceptable to the in the / amount of 100% of the contract amount for such ;7,provements, guaranteeing the payment of all persons furr,isr,in raterials or 1 labor for same. The bond shall be in r - favor of tn_ City . F ".r and s;,all be executed by an approved surety coapany authorized to do business in the State cf Texas. c• To do all things necessary to insure tha'_ Contractor 1 ~ i cooperates with and abides with the orders of the City Engineer, inspectors and other city employees as to the time, manner and • I method of the construction and installation of the Improvements. d. That no homes or buildings in the subdivision or deve- lopment where said Improvements are to be made shall t-e occupied by any purchaser, lessee, the owner or other person, until all { i improvements specified herein have been a { pproved and accepted by j ~ the C:.ty, To insure the foregoing, the Owner agrees prior to the beginning of the construction and installation of said I:tprove- ~ ments, to deposit with to City $.:-,p .,..1~t Cl r SP-14 a•',_,cnC .'".e f0:: fE1tZC to tnir city as a ;:ena: a ` ~ nn not • 1. ..anacr~ ' any of said homes or 1i e .cc•....ec %C, a: rccai and acceptance of sa> s , rG;;. ;ts by the cit.,,. :orEeit..:e of sa.:; sun snail nct ~,*ec'_uce f t .,^,c any acc.;.is,rstive ar legal action necessary to prevent or res ra.c sucn occ'.:panc;'. 3. City agrees as follows: a. To issue a 'Letter of nutner.zation to Preceed to the t PAGF, FOUR T IF Y I i A Contractor when all preconstruction recuirenents of t" agreement and the city's specifications, ordinances and regulations have been fulfilled. r b. -hat upon prover completion of t-ne Improvements in accordance with the City's speciLi ca tiors, ordinances and regulations, to approve and accept the said :mprovenents. 1 4. It is further understood and agreed between the Owner and Contractor that the Owner shall retain ten percent of the total contract amount for the construction and installation of the Improvements until said 1r,provements have been approved ar.d accepted oy the city. 5. It is further understood and agreed by and between the ` parties hereto that upon approval and acceptance of said i Improvements by the City, said Improvements shall become the 1 property of the City free an clr:ar of all liens, charges and encumbrances of any kind. 6. This Contract s;:all bind the parties, their hers, i successors, assigns ant rerre: er tative, fcr the f-ll ant fa.t:.ful performance of the terms ;'ereof, jointly ant severally. 7 T~, ~~Sf4 Executed in triplicate is, ~G daY t~~a4-P'& VL A QP. 111 VR COI;. RAC 2. i•1,;~✓ f!rfltC; %1 P'iitfl' '.1 ![I .~A'r_VAR •I~ '3 . 1.1 i y'. r te! +LIt C11 ri5r il, r` i'r t.3. , yi F'A.GE 'I'J, . C:TY OF d .,E.4Tt,-,N CHRIS HARTU. G CITY MANAGER ATTEST: rCHARL 'iTE ALLEN, r?TV S£CRe7ARY CITY OF DENTON, TEXAS t i t ,'fit $ r S r I ,1 l PROJECT rya. i CC)NTRACT !-'0 • NHIEIT A s OWNER: Flack Center a Fartre;shi_p CONTRACTOR: JAY-MAR CORPORA_T:O~J y F1 ~ r, r U ,F! ' IMPROVEMENTS LOCATED AT Lots , through [;lock ! of Center Addition Of tie City of Centon Texas AS DESCRIBED BELOW: . i h ry r . I C Y, r i'%,Gr 5E7E;J . PROJECT N0. CONTRACT NO. i CONTRACTOR'S MAINTENANCE BOND (DEVELOPMENT CONTRACT) rya THE STATE OF TEXAS 5 XNOW ALL. MEN By THESE PRESENTS: COUNTY OF D£NTON 5 That Inv ~ rnRFDRATION of Denton County, Texas, hereinafter called Principal r and AEtna Casualty and Surety a Corporation organized under the laws of the state of ronnec' t _ i and authorized to oo business in the State of Texas, hereinafter callea "Surety', are held and firmly bouna unto the City of Denton, Texas, a Municipal Corporation, in Denton County, Texas, hereinafter called "City"in the penal sum of Eight thousand , seven hundred ~ 6,700.60 ) M dollars and no/100 ( being ten Dollars, lawfua money of the United States, the said sum percent (106) of the total amount of the hereinafter mentioned contract, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. THE Condition of this Obligation is such that: WHEREAS, the Principal entered into a certain contract with Cc,itractor, dated the 26 day of November r+ A. D., 19 84 , in the proper performance of which the City of Denton, Texas, has an interest, a copy of which is hereto attached and made a part hereof, for the construction of l }Paz _ '111 anti _t rM SPWPLmnrovt'~ on Loki 1 thIOU~h 5. BOCk~ gf the bta^k Pnter Addition of the City of Denton Texas DEVELOPER'S/OWNER'S MAINTENANCE BOND-PAGE ONE + 'f s, I ll p l N, i ' NOW, THEREFORE, if the Principal shall well, truly, and faithfully maintain and keep in good period of rone epair l It yearwork co tra tee of be done and performed for a peri from th date acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing outbutf not arising from the improper work of the same, including, limited to, any settling, breaking, cracking or other defective condition of any of the work or part thereof arising fromcauproper excavation, backfilling, compacting or any other se o ` condition, known or unknown, at any time during he period of this f bond, which the city engineer, whose 3udgment shall, be final and conclusive, determines to be the result of defective work, materials or labor; then this obligation shall be void, otherwise > to remain in full force and effect. In case the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work as said work and supply herein, it is agreed that the City may do f ' materials as necessary and charge the sum against the said Principal and Surety on this obligation. f It is further agreed that this obligation shall be continued one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue througnout said maintenance said o timeiminished, or in any any shall cause dubing changed, from same r, afand fected the manne PROVIDED, further, that if any legal action be filed on this bond, venue shalt lie in Denton County. + IN WITNESS WHEREOF, this instrument is executed in triplicate, each one of which shall be deemed an original, this the 26 day of November ~ A.D., 19 84 PRINCIPAL SURETY JAY-MAR CORPORATION AE. S Ur v l BY: A..~~ BY: 'H u M. c ns Vice Pres. ATTOaNEY-IN-FACT Earl C. Stevens ATTEST: L~VC( (A SECRETARY DEVELOPER'S/OWNER'S MAINTENANCE BOND-PAGE TWO THE /ETNA CASUALTY AND SURETY COMPANY Ha Mor d. Connlfcaicul 06115 UFE A CASUALTY POWER OF ATTORNEY AND CO MICATE OF AUTHORITY OF ATTORNEY {S)-IN-FACT / KNOWAEt MEN9vrHESEMSENTS,THAT:HEATMACASU&t AND:HIRErYCON ANY,, corpc.unun duh orpen,rwd urWor the levee a+ he offxa ,n the firs of Hanfa d. Cwhnr Of H.rtford. 541e cl C cnnectiv+, n rh merle, cnnru utrd a nd Sure of ConnecllM and hevV,p ha I b~Pka. apppintetl >,v-1 and Oo+sN a,.ee Pra+e^ Rrt ty L. To4n,rn, Earl C. Stevens or sandy Dytchelor d Carrollton, TCxa9 ,katme a^d4'rful Anornevid io-lµt wed, lun power onCaurna~tyheieq coma.red f any rr" +ddtin One Una•C Slanv, ,,,I Me rollowmp wne t+• Riled m. eimm the area to e'e Orei pnrtM I to sign, •eecu'e and •cer,owsedpe at - fonp..irq irenurtwn*H1 try hie,Ta •04 Ppnsm.11 • nd act 11r'y end M M+da rev'pnuence•, eonr n OA d w de mmry, and urt ar wn nrpt uhlip+rory - +ne "w".1 • pond. + rwwn4•nu,or1Mdi1ioaa1underaurp, end anY end dcons^++inC~cenl lnreta not exceeding the sum of ONE. ~[5 MILLION (51,000,000.00) WLI,ARS 7 all ie dnd LMF ETNA CASUALTY AND SURETY COMPANY, firahv n. fuPY and to the e•me a.rMl n'f +he +e me w.re +pned oY +he d0v ' ; eud,aNSd oftcm d THE.EINACA511 At TY µDSURE Tr LOAePANV,+n A all Ih• s:u of a MO Aa erncylai .n-i M. punu, m to+ha rumor ~ry her e n ph en, we buoy 10%ed and conM mad, Thin appall in" r made under an d by aud+onry of dr N)eawlN Stone,, if Re,olptione Of sad CompanY whid+Rcnolul pne Pa npw in foil foae p and low}. VOTED. Thataadl ofdu kapvdr.p ofRter+thainr,an, YteChnrrtun,Prof Joint, Arty E.,i hive Vice Prawdera, Any $enror Viw Ior,f nL "Vice Assident Saco Aa le,A o,npy in,F c. Atil Sga"Waoi for Astonitant v from Una, 1. t!" a,d on b~ia of Ne Company ed T&yp'vrnth•poonNe such sudroraty Nil ctopcois of MaA•s Momaya in, a Fact. to Rt end' "o Te 'tYs Mme and "o' we' the Company's Beal bo,.de reropnic•nm. botdr•da Of I~.e 1r ~ gctlRVled e"d`Onry'n4Y p•e°~e ni urxe. cr wnditiw~d unQMakinp. *A why of laid olfcsn or the Or aid of Li A h r,Mw of • nco0 Vd11mnlty, and o+Nw anp• obif a ban boll, DMMOn may r any 4me ntnow irre all eudl appoimae and mcYe the pcwr and aNha.ty prven him. j contrad d m henneV WviniN oNwronim the nafura of a nand r"Adaence. or C0,40orut und+naElrtq t 1E V TNe+ a ny aard,NCOp afrid by Me Ch.., mM, IM Vie• Cva;men, the F,eeNmt an b Kutive Vice Prnk•nta • Nell ll to b iced a nd bindlnp upoo " 'e C o^'P+rM a lei P1,1 1 Sen'p Vice /reaid•nt • Yrce Pmkki oldiva an Wor^ V.1 Pn@kW4 y wiWIP an • Rrndant Vii a .ot,po dent low by a ro'na power phi in the bl Arh ~ yMNRfJN of autNaNy of aVdv Rseldwll Yce Iorh11adw4 an " d dA,4' Mtr1 ~ lM'Cemnral~d 11udi0r ry of such Rr4dwlSah: r NUa^ Sac.M11ryA w Sao 0 a" a. by aAeadern 4eiatara 5avrary.purwant tofiaPP•w lrex>iEed aexNMlundw ,eIM, M repAiirM) N orta d mws Mrxr,sYS m Fad prv11u ell to M• pav.r p,ascribM in Ms w their cMiNUU or unlecMee ul y ~ a.uthaity. Thr Po 1dA1omaY8nd Cw~*ofA~. rsigned and$Wed by faainuu undr"by authority of d,a loll Owing Stardin9 Re+aut on voted N do Road d Diraetorsd r If All" CASUALTY AND SURETY COMPANr Mtieh Pee ohrtian d now M 101 foae and ofl VMIV- That tna NY,alundeaxA dthelobaivi 001Rows. S~ «ery u ~m5 n~t~1fY. and d'•taN dd PCompanv mal'a•~f MM Pr•si niLd Q any p olow ofant, Any AYiMam co Praadwrt M7 bnp Raalderx Vice P,esid•rds, Raa,diiw Auiatent SWI M6" or A.1cen r to Fa power of •aornaa af to am v end a lalat bo d.erwo ae d o^+wukin .yomays Moadla0V WO"Acut ofoANhtpandala~npbonh and we da end the I, lWpe ding W^ IM Cnmwny and any wh any WAJi wpowxdeao and cenilia rafted by be suck adhpw OVJaNea yyprtrtde or taermM fef t has he valid andirq OWrPO„ In the Mw11 whh awr + o r+ m,trd ad fa dmile Re rpn r+d 1aa4niM seal shelf b vapd and br .dir Vpol' d,• ComW^y po Inpwd to My bnd of u Mwuidng b'wyVd, R I, •ndud IN WITNESS NMEAE a, THE ,ETNA CASUALTY AND SURETY COMPANY hw caused this in nrvment m be dpned N its A9919 cant Vice President .wild III coel ,r nil to be Erato aR'ed the loth t9 day of 54 MAy THE A CaSU TV AND SURETY OOWANY ' 11 i i Slate of CannncliM J. I. aa. HardPd Asslssent Lee Fre9 ent Counry of 11ardr..d t9 64 .beta+e ne peoon•Ih rams J. T. DAFFY or ands 10th Myd May and wi dwt haveher Assistant Vice President o 11 me ,ETNA SAO. txl^0 N SURETY TY swan, ANY, carpwwlorl deathbed In and yrhiah panted the shove inatmimem drat we" EnPM the iNE ,ETNA CSUALTYAIvo StIEIY CD ed ol,T M or re seal: and WM W" Mooted res 11Md iMtn iwit On aahaa of of ` of"co,"ooon by mholhr of hislher afore Iwo to 5[to.11n geeolkMon, Misted. ' say l' py-w Merl ft. re BD reol•rY Pi Ceorge A. Perry, Jr. i! CERTIFICATE t to Secretary d T LQ KrNA CASUAL Ty AND 9A RET r COWANY. I rock owpo,rAOrI of the tttwl DO HEREWYCERTIFY" En br•soino •nd•rad'b Pww dMomerv all CeftlRutedAudway remNna in M bR• all 5tals dGoreea hat not bean reviceedi and tuoover a.diet M Stwesm R•rdtAia+ of to Board of Dfnldo as ortfonh in E,e CwWcatedAurorM, We nPe i In 10,011. 26 day of R+9r»d and Swl.d M IN Heine, Oft, d p, can4wY. dw CRY of Ilartaord. Suh of ,neUIM Coiled 11,141 November Tp 94 John l7. Veleh, Seenta ry aRr. tm p u u ytar DM>T9 Lee- 5 BOND NO. 88-59218-0I PRO,iECT N0. CONTRACT NO. DEVELOPER'S/GWNER'S PERFORM.ANC. BOND (DEVELOPMENT CONTRACT) THE STATE OF TEXAS S KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENTON~S That. Mack Center a Partnership 3 I 420 S. Carroll Blvd., Suite E, Denton, Texas 76201 v: of _Dlentnn County, Texas, hereinafter called Principal and _Sentry Insurance A Mutual Company 1 a Corporation organized under the laws of the State of WlSsonsin t° f and authorized to do business in the State of Texas, :hereinafter called "Surety', are held and firmly bound unto the City of Denton, Texas, a Municipal Corporation, in Denton County, Texas, hereinafter called 'Citu'in the penal sum of Eighty seven thousand dollars and no/ 0 Dollars, lawful money of the United States, for the payment of ~ r which sum well and truly to be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, and firmly by these presents: y THE Condition of this obligation is such that: M. T• 4 WHEREAS, the Principal entered into a certain contract with Contractor, dated the ZG day of ^4✓Ome4PPIAS , A. D. , 19944t in ~ the proper performance of which the city of Denton, Texas, nas an interest, a copy of which is hereto attachea and made a part ' hereof, for the construction of: Water, sewer and storm sewer improvements on Lots 1 through-5, i Block 1 c, the Mack Center Addition of the City of Denton, Tsxas NOW, THEREFORE, if the principal shall well, truly, and faith- fully causes to be performed and fulfillea all of the undertaKings, covenants, terms, conditions, and agreements of said Contract in Dr-: LOPER * S/Cl. N=R' S PERFORli:. 1 3CND-PAC-E ONE I 1 Y accordance with the Plans, Specifications, and Contract Documents during the original term thereof, ana any extension thereof which may be granted, with or without notice to the surety, and curing the life of any guaranty required under the Contract, and shall also well end truly cause to be performed and fulfilled all the covenants, terms and conditions ana agreements of any and all V authorized modifications of said Contract that may hereafter be made, notice of which modifications to the surety being hereby waived; then this obligat.+'.on shall be void; otherwise to remain in full force ano effect. PROVIDED, further, that if any legal action be filed on this bond, venue shall Ile in Denton County. , F AND, that said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same shall in anywise affect its obligation on tnis bond, and it does hereby waive notice of any such cnange, extension of time, alteration or addition to the terms of the Contract, or to the work to oe performed thereunder. IN WITNESS WREREOF, this instrument is executee in triplicate, eacn one of which shall oe deemed an original, this the 26, day , o f _ /fis~Nidsx , A. 1). , 19 85~ j PRINCIPAL SURETY M er P rtne hip Sentry Insurance A Mitual Company BY: d n2r y Fom D. Je r, r., Partner ATTORNEY-IN-FACT Clem F. tesch ATTEST: 3 SECRETARY , i 1 J BOND NO. 88-59218-01 PROJECT 140. i CONTRACT NO. DEVELOPER'S/OWNER'S PAYMENT BOND (DEVELOPMENT CONTRACT) THE STATE OF TEXAS § r COUNT`.' OF DENTON S 1, THAT Mack Center a Partnership 420 S. Carroll Blvd., Suite E, Denton, Texas 76201 of nPnon County, Texas, hereinafter called principal and SPn ry insurance A Mutual Company a Corporation organized under the laws of the State of Wisconsin and authorized to do business in the State of Texas, hereinafter called "Surety', are held and firmly bound unto the city of Denton, Texas, a Municipal Corporation, in Denton County, Texas, hereinafter called 'City', and unto all persons, firms ana corporations who may furnish materials for or perform labor upon the buildings, structures or improvements referred to in the attached contract, in the penal sum of Eighty seven thousand dollars and no/100------------ j (~S 879000.00 ~..k Dollars, lawful money of the United States, to be paid in Denton, i.; Denton County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators, s and successors, jointly and severally. THE Condition of this Obligation is such that: , WHEFEAS, the Principal entered into a certain contract with Ccntractor, dated the ,?G day of A. D. , 19 S31 , in the proper performance of which the City of Denton, Texas, has an interest, a copy of which is hereto attached and made a part hereof, for the construction of: Water, se6ver and storm sewer improvements on Lots 1 throu(,h 5, Block 1, of the Macs: Center Addition of the City of Denton, Texas DE'.- _7ER' S/OWNE'T"S F; :'_KT BOND-PAGE ONE 'F. NOdr THEREFORE, if the Principal shall well, truly, and faith- fully cause to be performed its duties and make or cause Contractor to make prompt payment to all persons, firms, subcontractors, corpo- rations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said Contract that may hereafter be made, notice of which modification of the surety is hereby expressly waived, then this obligation shall be void: Otherwise to remain in full force and effect. Provided further, that if any legal action be filed upon this bond, venue shall lie in Denton Cou.1ty, Texas. AND THAT said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to 14 the teims of the contract, or to the work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same shall in anywise affect its obligation on this Bond, and it does 14 hereby waive notice of any such chanae, extension of time, 1 alteration or adaitic n to the terms " of the contract, or to the work to oe performed thereunder. IN WITNESS WHEREOF, this instrument is executed in triplicate, eac:, one of which shall be deemed an original, this the day o f wE'wlyd1e A.D. , 19 APY PRINCIPAL SURETY Mark Cpntpr a Part - 1~entrv lns urence A Mutual Company i BY. i. r / 0. J r, Partner BY: ATTORNEY-IN-FACT Clem F, Lesch ATTEST: S { SECRETARY r " NOTE: {DATE OF PAYMENT BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.) QQi 51C4I4 Ea'S ?AYMEN BOND-PAGE TWO ti 1 1 SENTRY INSURANCE A ]Y: UTUAL COMPANY No 9650 f • STEVENS POINT, WISCONSIN DOWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the SENTRY INSURANCE A MUTUAL COMPANY, a corporation of the S' .te of Wisconsin, having 11 its principal offices in the city of Stevens Point, Wisconsin, pursuant to authority granted by a resolution its Board of Directors adopted May 7, 1970, which reads as follows: appoint in The President, the Vice President, or the Treasurer of this Corporation shall have authority to / writing such attorneys-in-fact as the business of the Corporation may require, and to authorize uc attorneys-111- and each of and othereCundertakingsof of el ke pcharacter,y ornto rexercisen anystions, contracts fact, rof of indemnity said powers as hereinbefore set forth. r•Y "Said appointments shall be attested by the Secretary or an p`tsolCef~ified copies off sueh powers of attorney its seal. The signature of the Secretary or any Assistant Secreta; y may be original or facsimile, and when the corporate seal is affixed thereto any third party may rely on said certified oration. The resdent, Vice resident or rer ee of copies of powers of attorney n the act ans ua ns hereto Cand revoke anyPandl all aut ority conferred by anysu such e made may revoke any appoin n appointment;" TEXAS does hereby nominate, constitute and appoint CLEM F. LESCH, RUDOLn NORRIS, MICHELE DEGNON, CA for and on its behalf, as surety, nd as its act its true and lawful Attorney-in-Fact, to make, execute, seal and deliver 1 and deed. ANY AND ALL BONDS OR UNDERTAKINGS WITHOUT LIMITATION Wisconsin, has caused , IN WITNESS WHEREOF, SENTRY INS er officer, E and its corporate COMPANY seal to be hereunto affixed this these presents to be signed by its propY ANY * 84 A ' r 2nd day of 19 ....ENTRY INSURAATCEA MUTUAL COMP ~~~A101II'^ r + l 1413 President it f. (/p 'Gib'/fgpYL`~~~`` ~yol~x•f. -C . 'I ~`.,«'.t Secretary ~ { STATE OF WISCONSIN, COUNTY OF PORTAGE ss personally came before me John W. 3oanis On this Znd day of M. AY A . its and officers and Caroline E. Fribance, to me known to be the individuals and of the SENTRY INSURANCEnMUT e Wisconsin du, who executed the above instrument, and they each ark: owledged the ly sworn, did severs ly depose and say: that they sor thon said officers of l COMPANY of Stevens Point, execution of the same, and being by m - of nd that said { the corporation aforesaid and the seal affixed to the above instrument is the sea duly affixed and subscrilba ed to the he s corporate seal and their signatures as such officers were the said instrument by the authority of the Board of Directors of said corporation. wourr Notary Public 1111 : ruuw Commission aspires ~O•~. a Oct. U. 1987 CERTIFICATE I, the undersigned, secretary of the SENTRY INSURANCE A MUTUAL COMPANY of Stevens Point, Power of Attorney remains in Wisconsin, a Wisconsin corporation, DO HEREBY CERTIFY that the foregoing the full force and has not been Directors set furthermore `l the Power at the of visio Attorneyns are sBtill in s of the company and the Y-Law Resolutions of the Board of D g • Signed and sealed at the City of STEVENS POINT this. • • • • • • • • • • • day of RefY!A`! Rf?. • • 19 s SecrNary E (SEAL) sssaa+ so nm X i COMMISSION_ STATE 1)£PARTMENTOF IIIG A06EAr C. LA.NIER, CHAAAN A.\D PUBLIC TR.%NSI'URTA VAFK G. c^ooE KEEP r H. CEW4N P. 0. Box 3067 i JCHN R. BUTLER, JR. Dallas T f exas 75221 OCT 12 October 11, 1984 • arc iF c=~~`cri ; r Cm ra,~:;cFFS c F~cE r , .7E7Lr REFER TO l A FILE NO. `J UTILITY JOINT USE AGREEMENT, U1-1735 CITY OF DENTON Denton County CSJ 2250-2-1 8018-1-51 S.N. Loop 288: From U. S. 360, North and Vest To West of F.M. 423 a Mr. G. Chris Hartung City Manager City of Denton 215 E. McKinney Denton, Texas 76201 Ccar Mr. Hartung: We are pleased to forward your fu1Ty exer,uted copy of Form D-15-24A, Utility Joint Use Agreerent, covering joint use of properties of the City of Denton on the above project. ` Prior to starting work you are requested to notify Mr. Dwight Bird, our i i resident engineer on the project, who may be reached by telephone at A/C 817- ; > 387-1414. Yours very truly, ti S. T. 4orthingtcn, Jr. Supv. Right of Way/Engi'(,P=r t ANK: ph Attachments cc: i`wight Bird ~,,/attach 31~ Al rl T-=-- t, rent of lighways rr00 '07 '1 ar is Transportation w Fi C -Way Division j Form D-15-241' I Page 1 of 2 Rev, 8-75 UTILITY JOINT USE AGR.F,E\5:NT (non-controlled access highway) THE STATE OF TEXAS ~ COUNTY PROJECT _ COUNTY OF TRAVIS X ACLi, NO--A ~ i_5 ~ _ -?I:Tl~s J z 1+ HIGI^rTAY - 1 H~.Locp-.28a _ 1 LIi1IiS: 4From .3L3 _ _t$Q hartU~c_,~ r TO ' VVEREAS, the State of Texas, hereinafter called the State, acting by and through tha State Department of Highways and Public Tra,,spcrtation, proposes to make certain highway improverents on that section of the above indicated highway, f4 I WHEFEAS, the 7hd -Df_.D=nYrrt,__TEY.oshereinafter called the Owner, proposes to retain, locate or relocate certain of its facilities ::nd retain title ':fJ to any property rights it may have on, along or across, and within or over such limits of the highway right of way as indicated on the plans attached-tor-U-idity - 1 ~fgrttia~rrt cr r.~ rc~trd by tT.er-tnt-l`re __._----rtay-vf---._._.__ --_~-i9--, ar-an lye aticir_sl:Cnc~e attceix hereto oxcept as provided below, y-- ~ e +OSJ, 'rHEWFi'DtE, it is hereby utur,lly agreed that joint usage for both highway and utility purloses *+ill be mare of the area within the highway right of way limits 1 as such area is defined and to tle extent indicated on the afare;ventioncd p'.ans or sketches. Sdhere Cramer by re son of ownership of an easysent or fee title or other- wise under law has the right to alter, 1:0dify or add to facilities presently located l within the area above described or construct additien.ai f;.-s therein, such { right is hereby retained, provided, however, if existing facilities are to be altered or modified or ^.ew facilities constructed within said area the C^,;ner agrees to notify the State Departmcnt of Iighways and Public Tr;insportatiun prior thereto, to furnish necessary sketches showing loc.s:ion,, type of construction, and methods to i;e used for i protecrion of traffic, and if, in :he opinion of the State Department of Hfghw.aya 2nd Public Tra?sportation, such alteration, modification, or new construction will injure the 'highway or eadrnnger the traveling p-lblic using said highway, the State Department of Highways end Public Transportation shall have the right, after receipt of such notice, to prescribe such regulations as necessary for the protection of tl-.e highway facility and the traveling pubiic using s-aid higl-,way; provided further, hc,ever, that ~ such regulations shall net extend to the requiring of the placement of intended over- head lines underground or the routing of any lines outside of the area of joint usage "bove describes, j + ~ P In the event of an eccrgency, it being evident that i,cacdiate action is necessary for protection of tl.e public aid to minimize property da,age ,r.d loss of investment, either party hereto may at their owri r.espensibility and risk Mike necessary e,nergency repairs, notifying the other party hereto of this action as soon as is practical. Participation in actual costs Incurred by the t}h:,ar for any future relocation of adj,.istment of utility facilities rec,ufred by hi,.-,I,way con.struct'.on shall be fa iccor&,,nce with and to the extent possible ond,ar applicaule I,:ws of the State of iexad. uxept g) t ~ ,.department of Highways ~ ;yam •r ruglic Trensporatioa R ght of Way'Division k Form 0-15-24A Page 2 of 2 Rev. 8. 75 as expressly provided herein, (1) 11:c Paner's rights of access to the through-traffic roadways and/or raa;ps shall be subject to the sane rules and regulations as apply to the general public, and (2) The Caner and the State, by Cie execution of this agree- mevt, do not waive or relinquish any right which they may have under the law or 1 Constitution, State or Federal 1 In the event lire O,.mer fails to con-ply with the requirers nts as set out herein, the State may take such action as it deems appropriate to compel compliance. l "I " IN WI MSS HEREOF, the parties hereto ha.,e affixed their signatures. w Y' S ''.1% OF 9EXAS I t _ State Department of Highways and Public Transportation OW7NER: The Cit• _ t p nt S?- QO-- - - lee - ~ Distrfct Engineer G, hris flartun 1. ~j~~___ ' " Title Cit ;fang e Right f Ws,y Engineer t~ i + ~ Pate ' I I ' 1:n4 1' I p 1 • l 4 ' STATE DEE'PARTM W, OF HI,WAYS A,ND_ PUBLIC 'iRkNiPORL4TI0N DISTRICT NO. lE UTILITY _INS.JIL[ATLON SPECIFICATIONS 1. CENFRAL A copy of this authority for utility installation on highway right of ?•i way shall be kept on the jobsite at all times during the proposed work. Unless arrangements are made with the designated State Department of Highways and Public Transportation (herein after called Department) representative, no work shall be performed on Saturdays, Sundays or holidays. S 2. COOPDIMTION OF WORK Willi D4PAR1'*',NT R-F51DFNT ENGINEER If any part of the related hfgh.ay is under construction, the Utility or its Contractor shall cortact the Department Resident F,ngincer before enter- fug the project. All work shall ;c e.,ordinated with the State Contractor as directed by the Department P,ruideat E:gineer. 3. TRAFFIC SAFE1Yu F~ARRICADE3, WAR`ING SICNSETC. 01 1 Traffic control and protective devices shall be used and mu:3t conform to the Texas Manua[ on Uni.otm Traffic Control Devices for Streets and Highways. Barricades, warning signs, flares, flashing devices, and flagmen shall be provided by the Utility Caner or his Contractor when deemed necessary by e either a Departcrent Representative or a Utility Owoer Representative. Any above ground obstruction or underground boring pit, etualIy located closer than the specified horizcntal offset as outlined on the Special Specifications Sheet attached hereto, shall be protected by barricades, signs, flares, andi or guard fence,as deemed appropriate. Vehicles, equipment, crnstnaction material, and persoun(~l not necessary to the timely installation of the facility shall be kept off the traveled way ! and shoulders to provide minimum interference and hazards to the travelling public. Ito construction operations relative to installation of utilities will be pernttted within the limits of existing pavements carrying traffic, or shoulders adjacent thereto, unlass specifically authorized by the Department. { Excavated materials shall be kept off Pavements at all times. ` 4. ST„K[NG OF UTIhITY IVSTALL4TIONS Iii ADJA1!;F OF Ci'' y STR.UGTION s i All utility installations shall be staked well in advance of construction r so that the Department ray inspect the staking to verify that alSyn,aent and grade conform to the requirernents set out herein and that there is no conflict with hfgluay facilities, Utility Owner shall give the Depart;-ent not less than 48 hours notice ahead of time when the staking of installations will be ccrpleted so that arrangements r^ay be m de for checking the aligrr,ent and grade. Ultimate responsibility for accuracy of staking and installation rests with the Utility Owner, There is no responsibility ass.;7-ed by the Department to check every f 11 8-75 i SDNPT District 18 1 1 Installation. The waiver of the right to check the utility company's stakes end Installation does not relieve the Utility Owner of his obligation for accuracy, + S. TIM%' FF.dIOU ALh04?PD_FOR INS TAL[ATION If the Installation of the work revered by this utility notice has not been started within 6 months from the approval date, the approval is void, It is expected that the installation will progress to completion in an effi- cient winner. If the work progress is delayed, interrupted, or abandoned " for a period of 2 months or more, written application shall be sumitted to i continue under the authority of the originally approved utility notice. No work shall be resuved within the limits of highway right of way until a written approval Is received, 6. I AIS NS OF UTILITY PROJECT BY STATE DEPARTME!vI OR HIGFWAYS Altf+ PUBLIC TF 4 N5 P OR TA T IJ!i It shall be the right of the Departmoont to take charge of and to remedy any inn_ediate Hazard to public property or threat to the travelling public when it is obvious the utility owner will not do so. Any cost's associated with such forced completion will be charged to the Uttl!ty Owner. Unusual traffic conditions, weather conditions, sail conditions, abandonment of the work (tenporary or perranent), unusually slew progress causing a boring pit S to ;rennin open beyond a reasonable period of time etc. sidered in the action decc,ed necessary, naY be factors con- 7. FULL TTME SUP:RVISION Ah~ INSPF.CI'ION I j The Utility Lvnier shall provide competent, full time, on-the-site su er- visors or inspectors for all utility installations placed within the limits of highway right of way. cp p shall have the authority to issue instructionsstoha 0l tykO,nerst forcesnor to their contras j Lors. 8. RF,STO IOV-Op HtGhVAY RIGHT OF WAY f No removal of trees or shrubbery of value to the hf hwa { except when justified b g y shall be rode ! removal is Y conditions and authorized by the Department. IE permitted, it shall be contingent upon replacement In kind by the utility firm, . { Before final camPletton of work within the liwfts of hiehQay right of way, 1 final clean up shall be ccnpleted. The h+ ' n b right If way shall b left a eor.dttion at least e4;u.31 to its condition before utility work w. -s started. , 4, USE_OF EXPLCe9IVF. S No explosives shall be used within limits of highway without written permission of the Department. Requests for permission to use ii Inforcytion; explosives shall ircluc'e the following t a REV. 8-75 t SDHPT - District 18 5 -3- a. Location where use of explosives is proposed. b. Type, amount, time of day, etc., where use of explosives is proposed. c. Name and qualifications of person who will be in responsible char e of blasting operation. g w. • ~~~'~yy d. Type and amount of insurance coverage for blasting operations. Furnish n.sae and address of insurance company, ~y a e. Adequate ;assurance that no damage or hazard will be caused thereby, in- r m eluding detailed plans and procedures approved by a person qualified and experienced in the use of explosives. 10: UTTLITY ACco~t0DkILON POLICY y - Utility installations on, over or under the right of dray of the State High%jay System shall conform with requirements contained in the Texas State Department of Highways and Fublic Transportation Utility Acr.canodation Policy Y`. -0.• adopted July, 1974, along with current revisions thereto, and/or as a minimum, the appropriate requirements outlinod in the following; a. Electric power and corn^unication utility installations. i (1) National Electric Safety Code (2) Safety rules for the installation and maintenance of electric II supply and cor-unication lines - National Electric Safety Code f b. Water lines - American Water Works Association C. Gas pipelines - Title 49, CFR, Part 192, Transportation of Natural and other Gas by Pipeline: Minimum Federal Safety Standards and amendments, e d. Liquid petroleum pipelines - Title 49, CFR, Part 195, Transportaticn of Liquids by Pipelines ar.d a-,endsents, f e. Latest American Society for Testing and Materials (ASTM) specifications. . 6 s~s i RFV. a-75 SrHPT - District IS r. 1 l iSTAI,IATION OF. GRAVITY FICOW SANITARY SFWf~R LINES r., WJTNIN HIGHWAY RICHIS_ OF WAY 1. LONGITUDINAL INSTALLATION / S The pipe shall be placed on uniform 311gnreut and shall be installed in ` as area between three (3) and ten (10) feet from the right of way line.' The s, ^.I` I cinicnim depth of cover within the right of way shall be twenty-four (24) inches ffff for metallic pipe and thirty (30) inches for norr,etallic pipe. If a Plastic Q pipe is to be used, a durable metal wire shall be concurrently installed with the plastic pipe or other means shall be provided for detection purposes.. When plastic pipe is installed, enough flexibtlity to prevent excessive ? - stresses is allowed; however, horizontal "snaking" of the pipe Ivithin a con- struction ditch is not approved., 2. CROSS INr-S 1 ' Sewer lines erossi.ng through traffic roadways, ramps and connecting road ways, ramps and connecting roadways of controlled access higliways and other high traffic roadways shall be cast irons, with satisfactory joints, or materials and design which will provide equal strength and resistance to danage from sulfide gases and other corrosive elera,ts to which they may be exposed. The pipe shall be bored or tunneled into place. W.,ere soil conditions, t ; size of bore, or cover above the hole is insufficient to prevent caving, casing shall be utilized and frnstall?d concurrently with rea',,ing operations. Boring 3 or tunneling operations shall be conduct^d frnu outside the lirntts of the pave-,ent structure and safety area. Void spaces retraining within the hole after place- ment of the pipe (or casing) shall be pr,,ssure grouted with a mixture of two (2) sacks of eerent per cubic yard of sand. { t Where casing is used, it shall consist of a pipe or other separate structure aro,md and outside the carrier line and shall be designed to support the load of the highway and the superimposed loads thereon, includinE; those i of construction machinery. The strength of the casing shall equal o:' exceed the structural rcquirec;ents for drainage culverts and shall be composed of uaterials of satisfactory durability under conditions to which the casing ray be subjected. r 3. KNIMOl.ES Manholes serving sewer lines up to twelve (12) inches shall have a maxicun ID of four (4) feet. For any increased line size greater than twelve (12) inches, ti,: manhole JD may be increased in a like. amount. Manholes for large interceptor sewers should be. specially designed, keeping the overall dimensions to a mirimum. The outside dianeter of the manhole chic.ney at ground level shall not exceed three (3) feet. Manhole covers shall be installed approximately flush with the ground. The'm.,nhcles shall be of tnaterial of satisfactory dura- bility under conditions to which it ray be subjected and shall be structurally capable of supporting superimposed loads of construction machinery. y 4. See Specifications F,ntitled "TRENCH F:k:CAVApJO;GS AND PIT i.rxATIONS". 8-75 ~;)a7vT - nfef ri 19 PMN 'QLE SPECiFiCATiONS Manholes shall be limited to those necessary for the installation and maintenance of underground lines. They shall not be or shoulders of high volume roadways, placid in the pave- merit ' Manholes will not be placed ced ~ under traffic lanes of low volume roadways within municipalities unless special approval, in writi_n$, is given by the Department. Manholes vary as to size and shape depending on the type of utility they serve. To conserve space their dimensions shall be the minimum ar.ceptable by good engineering and safety standards. Where soil conditions require, outside forms shall be used. The only equipment to be installed in loan. ' holes, located on high-,ay right of way, is that which is essential to normal flew of the utility. All manhole covers shall be installed flush with the ground and/or pavement Manhole covers shall have sufficient cstructsurfa uralccapacityvto withstandable. vehicular loading. I factory durability under ~conditionsltobwhichpitenayfbeasubjectedfandtis- shall be . toads therreon8nincluding support those h of loa of the construction highway machinery the superimposed cS ~ , • I I i E 1 11I 1111 Y 4 r 8-75 SD[{PT - District 1g -i e,. t, i ! % I'S 2ALIAfICN_OF t.'ATER~OR PkEiSL'RE SE'~ER LIKES 7FTNik NlGIt k r ICHTS CJI? STAY r I. LONGITUDINAL IN^. ALIATICX7 1 The pipes shall to placed on uniform align.-,ent and shall be i installed in an area between three (3) and m the {""r~F~`"1.` right of way line. The din ten (10) feet fro irn1rs depth of cover in the right of wa shall be twenty-four (24) inches for metallic Y ' s • inches for nonmetallic i e, Pipe and thirty (30) If rorelic a durable retal wire shall pipe be conaurroentiYalins pipe Is to be used, or other '"'"cans shall be provided for de tailed vith,the line iEach + line cv y he installed with enough verticaltflexibility to P er'.ce3sive stresses; Pe however Y prevent a construction ditch is nor: ' horizont,31 snaking" of the pfpe within approved.` 1 2. CROSSINGS The crossing of • P (including Intersectingystreet right of way shall t snand roadways) withinitherhigha;y L' ti nst,alled ds provided herein; 9 The crossings shall be encased and Shall be or funneling, Tacking or pushing of cr.ca3ement bylaechanicboring '"'cans shall not be used. The construction installation shall be ^ide in a canner that will not interfere with the of the hig}raay. Operation It shall not weal•,ers or ds;rLge any e,rbankrcnt or structure of c1e higfway. !;o undrotected a• pavcr:ent structure is allc"ed e:: c ;atlon under the In the acezent of the casing the the size of bore, nature of soil, or the cover above the bored i hole is insufficient to prevent caving of the e;<cavaticn. The casing shall to approxlr~.ately the same size as the bored or tunneled hole. void spaces resulting from more titan one (1) inch free bore after the place-ent of the casin be ' grouted with a C71-tture consisting of two g !;hall em pressure cubic yard of sand, (2) sacks of cent per Castng shall consist of a •i around and outside the carrier line or other separate structure iJ support the loads of the hi f; Tt shall be designed to n including those of r.onstrucglonycachinerYr•rimpThoesesd trleongads th thofere thoe, casing shall equal or exceed the structural requirements for drainaZe culverts and shall be eo-aPosed of caterfals of satis- factory durability under conditions to whicng ray be e "'bjecte3• A readily fdGntiftable h the casi and suitable parker shall be ,i placed at the right of way line shoving c•:,iershtp of the line. r Focasenent shall, at a rrlnimum, be installed under pavement, normal center r,Pdians, center of ditch to center of ditch for cut sectfons (or five feet beyond the toe of slope for fill sections, or face of curb) o❑ all roajiw,'•s unless safety distances lengths. require greater 3. See Specifications Fntitlcd "TRENCH FRCAVATIOh'5 AND PIT L0 ^9 11 E-75 k TIf, S SM?f - D!strict 18 TRENCH EXCAVATIONS AN-D PIT LOCATIONS Safety distances require trench excavations and pits not be carried closer than thirty (30) feet from the edge of the nearest through lane of high volume roadways and twenty (20) feet from the edge of pavement on ramps, on low traffic roadways and frontage rcads, open trenching and pits shall not be closer than ten (10) feet from the edge of the pavement or five feet from the face of curb. No dirt from trench or pit excavation shall be piled on roadway or shoulders. All trench backfill that does r.ot support embankment or road- % shall be placed as directed herein. That portion below the top of the pipe shall be placed in uniform layers not to exceed six inches depth (loose measurement), and each lift mechanically tamped to the same density as surrounding ground. That portion of the backfill above the top of the pipe shall be placed in layers not more than ten (10) inches in depth i (loose measurement) and shall be compacted by whatever means the utility company chooses to the same density as the adjacent, undisturbed material before completion of the proposed work. All roadways, shoulders, slopes, ditches, and berms shall be restored to their original condition. All pits and trenches shall be kept dry and free from standing water. Where circumstances necessitate the placement of a pit (bore or tunnel) or other excavation closer to the edge of pavement than set forth above; guard fence or other approved protective devices shall be installed for the protection of the travelling public in accordance with current Depart- ment .standards. Sore pits shall not interfere with traffic operations. In all excavations within the State Highway System where sloughing is likely to occur, shoring shall he utilized to prevent damage to the road- ways and appurtenances thereto. 1 ) i 8-75 SDHPT - District 18 J s t CON'SI'RUCTION O HIl;;iW4y ? tROSSi~rg BY ROrtI'JC S-citable bo Arts or trenches Thal ring opera[to ns and L b".excadated for the trenches Eor placin ur os are cut..into' 8'tlte'end joints of ahe cot conductin8 tne cutely and ba rce. th' sides, of e b; nk tent--, such,t,~r pipe. ,'dt. recce in a r.trnn c; to prevent earth shall be 5h . t,,d' Se he caving 4 1 re Pipe is installed um ! 11-111'10r that will not i jet .hi19%va}•s ntcrPe cristru, cicn tiha11 e Wade weak n e or da '!.Age oily enba rn a;e with tt ,re b Operation Of the hf , in such a nt nt structure. Lhaaf,'.I sh•tIL The holes t not are` to be bored ' i lolc• By this ce[hod chca ll Y 't In' d Pro•;ira re t~ e+c+ring"shall be i Ie„gth of [he cross in 2 inch pilot hole shall tune usin8 a pilot -nd'of the b.ire'fron ah nd sFra1l br clucked for liar be bor d line u'rK nit: ;'nd rade o tl:c, entire of the urger di, This 'pilot hol" `TALI n'the opposite near the top of the ter ct~e as hole to be bored. Ey'?/ated the ce n ter_ or other fluic!s in'tor.nKir n fg pit ?mi df;>pos d of ty rc,,,i n'tert, L will be to the c.,[ent to lubric nttincstherboring op.,rdtf wa t e uttwill ,ne use og placed I ate - r. In ur, .~naoli,iar,` matting wtIl [")t be be peratft[ed only i soil G~rn.ations~ t pertattted• consistir,g.Of at le-+ b 1-Cu rr~i n I st to per cent of hie ag coII°fdal be in I r,ay be used to cunsolid Ito h of;(.e rsrc'Et111• 8 fluid Cornish Itrbric•ation cutting, Of the bit y pYOCr for '`•',d,bentnnitr_ Pipe trcc'dfately thn "bse, tent a1 the walls of hol teaftcr, I Ce "~+aI of c+,ttings and insta t h e e , a nd l Iatfon of th,: fhe boring preC.rabl Lateral or Y, shal or,red f perf l be rn, vertical vdron in the final the lO•a or dOwnstr'e:ara Col. L and grade estnbllshed by th° hngim'er wall bositi)n of inch ir, ZO feet the pipe from the Ifnc one direr. , provided t1,a[ such var{,ce rc1";nltted cnIy to tha •'-xte it of tio❑ and that the final grade of Shall be rngulac z,nd o I indicated on the plans. Ocercuttin flow Line shall be in the r y in by Pressure groatin g in excess of , dircctiO❑ 8 th^ entire length of the ns t II inch shall be i. ,IalLation, reRi "ied The pits or trenches exa; a backff 1L d i . cdiatel vte,l to fn,_ilita}c . y after tite j.ac';ft:g oFtlee jn iing epcrarion :hall be pipe has peon completed. District 18 SU!ii'T - "'NOW' T 1 i yr • l % AS~IMMENT TO DISTR. CT 18 G? , AND PUBLIC TSTATE DEPARTI•E*1T OF HIGHWAYS RANSPORTATION SPECIAL SPECIFICATION COVERING f04STRUGTIOY OF HIGli'JAY CROSS,?,(, Y B BORING, Trn locations w ' k here the 6011 formation is other than cons d p-Pe shall be inserted sinultaneOusl 01id.ated ror_x Went applies to all bored Y with the boring operation. This requiregr diameter holes of 18 inches or greater in diameter. For smaller bored holes, it Is desirable y Progresses, but because ~ that the casing be installed as the bong the casing is ; e of differences it soil formations ri$ t; the.contractor's'electIon. In the event ~ththe a[ nfor inserting bearing materials are' encountered, a casin s with the borin wa t r e 8 operation regardless of the sert cases, the securl dian,terlofbthenTore cdadviholge, slatTnd ne or usly t party responsible Y and integrity of the away shall be the i n. i for the oc.•nership,aid o erasion of tha facility rto y be placed ed Concern. The the bored hole shall be held fully responsible for e structure of the continued integrity the highway being crossed, whether or not a casin of the simultane°csly With the boring operation, R Pipes is inserted It is recognized that in sore instances the Hfghway Utility allows hi -,hpressure gas and lic•uid petroleum lines to cross use of ca.9lno, Acco^;\odation Policy with the burin In such aes the higt.ways withoi+t t`e g operationif the barC.Iedrrfer 01: erted sirultzneousiy or if caving sand or water bcat'!ng miterial are e,lcountered. greater in 3iac.eter, j , 1 Dfstrict 18 SIMPT SPECIFICATIONS FOR R'C FILL t Trenches shsli be backfilled with material selected from the excavation, i or obtained zrom other sources, which to free from stones of such site as to interfere with compaction and is frea from large lumps vhich will not break dawn readily under compaction. The Departc,:nt F"ngiaeer shall have the right to reject any =rterial containing more r',,:n 20 percent by weight of material retained on a 3-inch sieve, or taaLerial excavated In such a manner as to produce large lumps not easily broken darn or whicla cannot be spread in loose layers. In general, uaterial excavated by means of a trenching machine will meet the requirements above pro- vided large stones are not present. The following requirements shall apply to the back£illing of trenches in addition to the pertinent portions of the general requirements given in the preceding paragraph. After the bedding has been prepared and the pipes installed as required by the pertinent specifications, selected materials from excavation or u borrow shall be placed along both sides of the pipe equally, in unifo m layers not e),ceeding 6-inches In depth (loose measurement), wetted if required, and thoroughly cor.npacted so that on each e4de of the pip% there shall be a bzcm of thoroughly compacted material a st as wide as the external diameter of the pipe, except Insofar as un~ arbed material obtrudes into this area. Filling and/or backfilling shall be continued in this manner to the ele- vation of the toy, of the pipe, Special care shall be taken to secure thorough corpec.tion of the materisla placed under the haunches of the papa. All fill or backfill below the top of pipe shall be compacted j mechanically in the manner pr,3scribed above, regardless of ,ehether such E material is placed within the limits of the cabankmcnt or roadbed. In the case of pipe placed in trenches, that portion of the backf il1 above the top of the pipe which supports the embanlernent or roadbed shall receive rechanical compaction and shall be placed in 6-inch lers in depth (loose measurement). The portion which will not supportyany part 1 of the c,nbanrmenc or :^adbec shall be placed in layers not more than 10- inches in depth (loose measurement) and Shall be compacted by whatever ' I means the Contractor chooses to a density' comparable with the adjacent undisturbed material. Water jettlnd or ponding is not permitted, ' Hand operated nechanical to-.pers r,ay be usn.d with approval .;f the Ergtneer for compactiog backfIII. i f ' REV. 8-IS i SCHPT - District 18 } t ' i i s AGREEMENT o ' i~ The City of Denton, Texas, and Business Essentials, Inc., hereby enter into this agreement in consideration of their mutual ' promises and covenants as follows: (1) Business Essentials agrees to provide to the City a s,.t of drawings, specifications and related data concerning the type, arrangement, size and location of office furniture necessary to furnish the "accounting area" of the main City Hall building. The drawings shall be drawn to 1/4" scale and reflect existing walls, pillars and permanent supporting structures. Furniture specifications should correspond to furniture lines available from one or more furniture suppliers, but not limited to Rosemont i 4 and Steelcase designs. (2) In consideration of the services provided by Business Essentials, the City of Denton shall pay Business Essentials $500.00. ~x (3) Business Essentials shall complete its services to be , a performed herein by January 1, 1985. Signed this day of 1984. BUSINESS ESSENTIALS M BY: y CITY OF DENTON BY:~"~ I Zcs~ a CITY M"AGER R ~ ATT ST: L , E CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM: Y MORRIS, ` CITY AMY TMING C OF DENTON, TEXAS i ki" 1 01 1 r 'i THE STATE OF TEXAS S DEVELOPMENTAGREEMENT COUNTY OF DENTON S This agreement by and between Barworth Corporation, herein- after called Developer, and ttie City of Denton, a municipal 1 , corporation of the State of Texas, hereinafter called City, is .~j , , , by ~e entered into for the purposes and considerations herein stated as follows: L yl 1 n FL 1 ;~r.{~t I' rrJ `Ir''yJ WHEREAS, Developer is the owner of that certain tract of 11. y , ' 1 land lying within the City of Denton, as shown on the attached site plans as a development to be known as 'commerce Center", said attached site plans, being shown in four phases, and being incorporated herein by reference for all purposes; and WHEREAS, Developer is desirous of devel•:r'ng said property 3 in accordance with the attached site plans; a,, WHEREAS, the City is desirous of insuring that certain t traffic safety improvements and changes on adjacent public t streets are made in conjunc.-ion with said development; NOW, THEREFORE, this agreement is entered into for and in consideration of the aforesAid premises and the sun of one dollar and other good and valuable consideration, the receipt of which is hereby acknowledged, paid by each of the said parties to the other, Developer and City do hereby mutually covenant and agree as follows- Developer does hereby agree as follows; First, that prior to and as a condition to receiving certificates of occupancy from City for the buildings to be constructed in the "Fir.;t Phase" of the development of Commerce Center, as shown on the attached site plans, Developer shall cause the following to be done; (1) erect a stop sign where the "drive" in Commerce Center intersects the service road of I-35 and, (2) in cooperation with the Texas Department of Highways and Public Transportation, insure that a stop sign, in place of BARWORTH DEVELOPMENT/PAGE 1 t 1 I f the existing yield sign, will be placed so as to require e vehicular traffic approaching the service road from the "free right turn road' connecting University Drive (Hwy 380) and the ~ service road of I-35 will be required to stop before entering ! a said service road, said required signs being located on the site g plan for "First Phase" attached hereto. Second, that ' . Rtti , prior to and as a condition to receiving kk } ! rcertificates of occupancies from City for buildings to be constructed in the "Second Phase", as shown on the attached site plans, Developer shall, in cooperation with the Texas Department of Highways and Public Transportation, insure that the "free 1 right turn road" connecting University Drive (Hwy 380) and the ' service road of I-35 will be rerouted as shown on the site plan for "Second Phase" of the attached site plans. Third, that prior to and as a condition to receiving certificates of occupancies fron City for buildings in "Third Phase', as shown on the attached site plans, Developer shall, in } 1 cooperation with the Texas Department of Highways and Public a,•, Transportation, insure that the access ramp fronting said property connecting the service road to I-35 will be relocated as shown on the site plan for "Third Phase" of the attached site y plans. I `tiri City agrees as follows: First, to issue the necessary building permits for the Commerce Center improvements as shown on the attached site plans when Developer conpl4es with the conditions imposed herein and any other regulations or requirements imposed by ordinance. This afire nent shall be binding on the successors and assigns of Developer and the City. 1 BARWORTH DEVELOPMENT/PAGE2 r 1 1 1 1 i 1 IN WITNESS WHEREOF, this agreement is signed in duplicate this the A~ay of r 1984. i n' BARWORTH CORPORATION TON RAYZOR a CITY OF DENTON, TEXAS 1 ~ i ~ .I .r. i ~l r Ce ,E BY: / i. ' et' . I HA D 4. STEW YOR j r 1 ATT T: CHARLOTTE ALLEN, CITY SECRETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM: C. J. TAYLOR, JR., CITY ATTORNEY 4 CITY OF DENTON, TEXAS S r BY: ,ar. y BARWURTH DEVELOPMENT/PAGE 5 f , -35 f ~ a i ~ r s r it v i ` . s N SITE PLAN i c - - 'MY yCwnY. arv ■&V roe' Commerce Center MAO~m "I* w+ tnoaw tfr as "`gL BA9WORTFf CORPORATION ` Denton Texas Lehlond Associates Archilecfs i ' i T~ f , 1 W Act 1 QUM L~r~r 1 . ~.r . - 1 n.. t9s " drive f « , 1 _ -drive drive r '-'--1 -Jc N SITE PLAN w. rum..nr Commerce Center we••/•i+...+•. BARWORTH CORPORATION &A" x+4 Denlork Texas I LeMond Associates Architects i • se ! f I I "1 I s , ' .3_5 ~'AtCCSS roRZp re~oto~ d _ ~ 4 " y L C I L~:wY 4 ftft : . 1 1 l i :r' ~ft;ri Y l:1~ :.l' 1 .1 L :a: gnm qY' :'1. .ti::. ::j::}~✓Y,v :'P.•~::, Li•.'. •,:{ate:..,. rive .l„~:i It., ~ HI, .'•I i• :l', r "i\t:. :1!. `'li :fj~ ' i ::iY • Ji. N SITE PLAN z' - ~A11~• yC•IIT1,no a ~ IYY ~ Ufa ME Commerce Cerrter ACn1Vf YU K ""'p r.•s SARWORTH CORPORATION Denlon• Texas LeMond AsSOCiales Archilecls' f I ' Phased i l • I I 11-35 `TVyp rr• mow .~•1r~7~r's^..; •A' I ~ "mow l drive . . tl + M fa' R 'R drive t r ~ tow J' G S'~ .}ri S ~ ~ f w`71~,^.;L•~..: drive • 'iE+l'~Z7iT .mot --F--.-~. N SITE PLAN tom M~ .IG~R~.T1+ M . ,M 6]0 hti TM ~ ~~rr Gornrnerce Center ►r AA";ob w op. BARWORTH CORPORATION Denton Texas LeMond Associates AMNIMts Find Phase. i i1 . ~ - _ t . T i i i f'i ~ ~ I'. '4 . . ~ s j F 1 +F ~ ~ A , 1 ~ 1 ~ ~ ' t ~ , I i ~ ~ , 'a~ 1 y, 4 f ` , i ,l t