Loading...
HomeMy WebLinkAbout1988 DEVELOPMENT CONTRACTS 21931 PROJECT NO. ,4 CONTRACT NO. 4,X--ry THE STATE OF TEXAS S DEVELOPMENT CONTRACT COUNTY OF DENTON S Whereas, American Service Centers Inc. 6 Seventh Day -Adventist Association hereafter referred to as "Owner," whose business address is 5215 North O'Connor Road, Suite 570, Irving, Texas 75039 , is the owner of real property located in the corporate limits f of the City of Denton, or its extraterritorial jurisdiction; and Whereas, Owner wishes to develop the property and such s development must be performed in accordance with the applicable ordinances of the City of Denton, hereafter referred to as "City"; and Whereas, as a condition to the beginning of construction of said development, a development contract is required to Insure j that all streets, water and sewer lines, drainage facilities and other improvements which are to be dedicated to the public, hereafter referred to as "Improvements," are constructed in accordance with the City's specifications, standards and 1 ordinances; and (select applicable provision as follows) Whereas, the Owner elects to construct the Improvements without contracting with another party as prise contractor, in which case the provisions of this contract which refer to "Owner" of "Contractor" shall mean the Owner as named above; or I i PAGE 1 i~ f II T ry .w t i I x I Whereas, the Owner elects to make such Improvements f hereafter set forth by contracting with American Contractors Inc. whose business address is s 5915 North O'Connor. #570 Irvine Texas 75039 , hereafter referred to as "Contracto:"; and Whereas, Owner and Contractor recognize that the City has an interest In insuring that tha Improvements subject to this agreement, which will, upon completion and acceptance by the I . City, become public property, are properly constructed in accordance with the City's specifications and that payment is i made therefor; WITNESSETH As to the Improvements to be dedicated to the public, as specified in Exhibit A, attached hereto and incorporated by reference, to be installed and constructed at _ the corner of I ; Cnfnrwdw Alvd wnd Cads Court- the Owner, Contractor and City, in consideration of their mutual promises and covenants contained herein, agree as follows: 1. Covenants of Contractor. Contractor agrees as follows: (a) Spe:ifi_cations. To construct and install the ` Improvements in accordance with the procedures, specifications and standard contained in Division II and III of the City's Standard Specifications for Public Works Construction North Central Texas, as amended, and all addendums thereto, and all other regulations, ordinances or specifications applicable to PAGE 2 { f '1 such Improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as though written herein. (b) Authority of City Engineer; Inspections, Tests and I - - Orders. That all work on the Improvements shall be performed in a good and workmanlike canner and to the satisfaction of the j City Engineer of his representative. The City Engineer shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, and the Interpretation of specifications. The Contractor shall furnish the City Engineer or his representative with every reasonable facility for ascer- taining whether or not the work performed was in accordance with the specifications applicable thereto. Any work done or I j aaterials used without suitable inspection by the City nay be j ordered removed and replaced at Contractor's expense. Upon failure of the Contractor to allow for Inspection, to test materials furnished, to satisfactorily i j repair, remove or replace, if so directed, rejected, unauihor- Ited or condemned work or materials, or to follow any other f request or order of the City Engineer or his representative, the City Engineer shall notify the Owner of such failure and i i s may suspend inspections of such work until such failure is remedied. If such failure is not remedied to the satisfaction r r of the City Engineer, the City shall have no obligation under 1 this agreement to approve or accept the Improvements. i t PAGE 3 i i i F r ; y r'~ I V (c) Insurance. To provide for insurance in accordance with the insurance requirements applicable to contractors as provided for in Item 1.26 of Division 1 of the Standard i Specifications for Public Works Construction, North Central r Texas, as amended, the provisions of which are expressly incorporated herein by reference; provided, however, for I purpose of this provision only, "Owner," as used therein, shall mean the City of Denton. (d) Means and Methods of Construction. That the means and methods of construction shall be such as Contractor may choose; subject, however, to the City's right to reject any improvements for which the means or method of construction does s.. not, in the judgment of the City Engineer, assure that the s Improvements were constructed in accordance with City specifications. 2. Mutual Covenants of Owner and Contractor. Owner and Contractor mutually agree as follows: (a) Performance Bonds; Escrow Agreement. That if E building permits are to be issued for the development prior to ! completion and acceptance of all improvements that are to be dedicated to the public, the following security requirements i shall apply, unless the development is a "one lot development," as defined by City's Development Code: (i) a performance bond in an amount not less than the amount necessary to complete the improvements, as determined by the City i Engineer, shall be submitted guaranteeing the full and faithful completion of the ! i PAGE 4 I 1 Improvements meeting the specifications o£ the City, shall be in favor of the City, and shall be executed by a surety company authorized to do business In the State of Texas; or, (ii) if the cost of completing the Improvements, at the time building permits are requested, is in an amount of $50,000 or less, as determined by the City Engineer, cash money in the amount necessary to complete the EnImprovements, as may be deposited determined with a the City ? escrow agent, pursuant to an escrow 1 agreement insuring completion of the Improvements. Without exception, the City's escrow agreement fora shall be used. (b) Payment Bond; Assurance of Payment. That prior to acceptance of the Improvements: (1) a payment bond will be furnished In an amount not less than one hundred percent (1001) of - the approximate total cost of the contract cost of the Improvements guarantee- ing the full and proper protection of all claimants supplying labor and material for the construction of the Improvements, shall be In favor of the City, and shall be executed by an approved surety company authorized to do business In the State of Texas; or, (ii) if the total contract amount of all Improvements is $50,000 or less, as determined by the City Engineer, or the Improvements, regardless of the contract amount, are for a "one lot development," as defined by City's Development Code, and a j payment accordance wtthas not been submitted in (i) above, Owner and Contractor agree and guarantee that any and all debts due to any person, firm or i corporation having furnished labor, material j or both In the construction of the Improvements shall be fully paid and satisfied before acceptance of the Improvements by the City and that prior to acceptance of the improvements, the Owner and Contractor shall furnish a written t affidavit, in a form provided by the Cit i PAGE 5 I i ~t 1 i i Engineer, stating that a I I bids, charges, accounts or claims for labor performed and material furnished in connection with the construction of the Improvements have been paid in full and that there are no unre- leased recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. - That, upon the request of the City Engineer, Owner of Contractor shall furnish a complete list of all subcontractors who performed labor on, or supplied material for, the construction of the improvements, and, when requested, written statement from any or each of such subcontractors or suppliers that they have been paid in full. (c) Retainage; Final Payments. (This provision (c) applies only where the Owner and Contractor are not he same party.) That as security for the faithful completion of the Improvements, Contractor and Owner agree that the Owner shall retain ten percent of the total dollar amount of the contract price until after final approval or acceptance of the improvements by the City. The Owner shall thereafter pay the Contractor the retainage, only after Contractor has furnished to the Owner satisfactory evidence that all indebtedness 1 j connected with the work and all sums of money due for labor, materials, apparatus, fixtures or machinery furnished for and I used in the performance of the work have been paid or otherwise i ` satisfied. (d) Encumbrances. That upon completion and approval or acceptance of the Improvements of the City, the Improvements shall become the property of the City free and clear of all I i I ~ liens, claims, charges or encumbrances of any kind. If, after acceptance of the Improvements, any claim, lien, charge or encumbrance is made, oc found to exist, against the Improvements, or land dedicated to the City, to which they are affixed, the Owner and Contractor shall upon notice by the City i promptly cause such claim lien, charge or encumbrance to be c satisfied and released or promptly post a bond with the City in j the amount of such claim, lien, charge or encumbrance, in favor of the City, to insure payment of such claim, lien, charge or encumbrance. (e) Maintenance Bond. That prior to approval or acceptance of the Improvements by the City, to furnish a maintenance bond in form and substance acceptable to the City, in the amount of ten percent (101) of the contract amount of the Improvements, Insuring the repair and replacement of all defects due to faulty material and workmanship that appear within one year from the date of acceptance. The bond shall be in favur of the City and shall be executed by an approved surety company authorized to do business In the State of Texas. (f) Indemnification. To Indemnify, defend and save harmless, the City, its officers, agents and employees from all j suits, actions or claims of any character, name and description r ~ brought for or on account of any injuries or damages received + as sustained by any person, persons or property on account of j the operations of the Contractor, his agents, employees or subcontractors; or on account of any negligent act of fault of PAGE 7 j I 1 NO the Contractor, his agents, employees or subcontractors in construction of the improvements; and shall pay any judgment, I i with costs, which may be obtained against the City growing out of such injury or damage. (g) Agreement Controlling. That the provision of this agreement shall control over any conflicting provision of any contract between the Owner and Contractor as to the construction of the Improvements. 3. Occupancy; One Lot Developments. Owner further agrees as follows: (a) That Owner will not allow any purchasers, lessee, or other person to occupy any building within the development until all Improvements are completed and accepted by the City, and that upon violation thereof will pay the City $3,000.00 as liquidated damages, but such payment shall not be deemed approval of such occupancy and the City may take whatever action necessary to restrain such occupancy. { (b) That if this contract applies to a "one lot development," as defined by City's Development Code, and no performance or payment bond was required or submitted for the improvements that are to be dedicated to the public, the Owner shall not be issued a Certificate of Occupancy for any building constructed or located therein until all required public improvements have been completed and accepted in accordance j with this contract. I 4. Covenants of City. That, upon proper completion of the Improvements in accordance with this agreement, the City agrees PAGE 8 ' I . r i to accept the improvements. 5. Venue and Governing Law. The parties herein agree that this contract shall be enforceable in Denton County, Texas, and if legal action is necessary in connection therewith, exclusive venue shall lie in Denton County, Texas. The terms and provisions of this contract shall be construed in accordance with the laws i and court decisions of the State of Texas. 6. Successor and Assigns. This contract shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns. Executed in triplicate this, day of ~t^Tia6E.l~ 19" OWNER CONTRACTOR BY: BY: :5y117g-!r,4-6 1 American Service Center, Inc. Lev der on, ?ta aging Venturer CITY OF DENTON, TEXAS BYi f eventh Day Adventist Assoc. DEPUTY i I ATTEST: I ~ APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY I r , I BY: 1 I PAGE 9 f 1 4 I 1 Nshim..swrrk l farK. Inc. Engincrrs • Manners 1 ' 30 Union Sta6wi • Dallas, Tt%as 152112 • 214 NR-640 I October 19, 1988 I E , Mr. David Ayres Assistant Director of Engineering { j City of Denton 215 E. Mckinney 1 Denton, TX 76201 Dear Mr. Ayres: We have reviewed the attached document. We believe that the construction cost is adequate for small quantities for this pro- ject. If you have any questions please call me. Thank you for your cooperation. Sincerely, Mikhail Fruntkin, P.E. MF/tde Attachment 87338 " I ~E t 1 1 pE ~ i 1 i. F E, t, s i i ~ ti N 1.1~1ISfJlll l r I'~ (FA/t_COM C r rw ti _ w o SA-0 I Cf . ~O~7D~ T~ } I DAI ~ i ~ I I~ 5 _ SPk<Atf Soo 4100 _ ; }fie IL ik t7 Cl) C3) bou I NO loo- irk h Ir - - - i kk w i I 21 77 77 - - ; 23 7 ,4 yf t, :5 25 a 26 - r 1 24 30 3t 33 ' ' + - - 34 11I ~ I i 41 >a r 39 40 LILL 1 LL 1- - - i I 1233L PROJECT NO. CONTRACT NO. { THE STATE OF TEXAS COUNTY OF UENTON ESCROW AGREEMENT IN LIEU OF PERFORMANCE BOND (Development Contract-Improvements of $5U,000 or Less) WHEREAS, American Service Centers a Seventh ?ia Adventist, hereafter sociation referred to as "Owner", has undertaken toAad evelop property within the City of Denton, Texas, or its extraterritorial jurisdiction; and WHEREAS, Owner has, pursuant to the ordinances of the City of Denton, Texas, hereafter referred to as "City", executed a development contract to insure that any and all streets, water f and sewer lines, drainage facilities or other improvements which are to be dedicated to the public, hereafter referred to as ' i "Improvements", are constructed and completed in accordance with tue specifications, standards and ordinances of the City; and + Jf j WHEREAS, Owner wishes to receive building permits for said i property prior to the completion and approval or acceptance of the Improvements by the City; and WHEREAS, in order to receive such building permits Owner may, where the cost to complete the Improvements is $50,000 or less, in lieu of posting a performance bond, escrow cash money 7 r with a bank as escrow agent in an amount not less than the amount necessary to insure completion of said Improvements; i i r NOW, 'PHEREFORE, OWNER, City and p` ~,~flrP Awns nPn~„ hereafter called "Escrow Agent", agree as follows: 1. Amount. Owner, as a condition to receiving building per- c mits for property located at the corner of Colorado Blvd and Sadau ~ Court shall deposit the sum of thfrt thousand dollars 30` 0D0 oo in cash money, with Escrow Agent, said sum being in an amount, as determined by the City, necessary to insure completion of all Improvements which are to be dedicated to the public, said improvements being more particularly described in that certain development contract dated the 18 day of October , 19__U_, between the City, Owner and Owner's Contractor, to which reference is made herein. i 2. Notice of Deposit. No building permits shall be issued by City for the property herein described until Escrow Agent 1 notifies City, in writing, that cash money, in the amount specified herein, has been deposited in an escrow account with Escrow Agent. { ~I 3. Release of Funds. Escrow Agent shall not release any or j all of the escrowed funds until the City Engineer authorizes the Escrow Agent, in writing, to release such funds as provided for herein as follows: E (a) the City Engineer shall authorize the release JJJ all the escrowed funds when all Improvements are , PAGE 2 t t~ 4: completed and approved in accordance with provisions of the development contract; the determination of which shall be made by the City Engineer whose judgment shall be binding on all parties hereto. (b) The City Engineer, may, but is not required to, authorize, periodically, the release of specified sums of the escrowed funds to the Owner if, and as, the Improvements are completed and approved or accepted by the City in stages, so long as the remaining funds not released are sufficient to complete the construction of the remaining Improvements which have not been, but. are required, to be completed and accepted or approved by the City. 3. Notices. Any notice to be sent, or required to be sent or given under this agreement shall be sent to the address of i ` the parties hereto, as follows: j CITY: City Engineer 215 East McKinney Denton, Texas 76201 OWNER: ~ j ATsrican Soryi conform m e x seventh Day Adventist Assoc. i r 15039 # ESCROW AGENT: ~ Fir■f Sfntw N■nk 101 S. Locust. Denton. T: 15201 f 4. Fees. Owner agrees to pay any and all fees or costs charged by the Escrow Agent in connection with this Agreement. 5. Nonliability of Escrow Agent. The Escrow Agent shall have no responsibility except for the safekeeping and delivery of the amounts deposited in the Escrow Account in accordance with this agreement. The Escrow Agent shall not be liable for any act done or omitted to be done under this agreement or in PAGE 3 i k c ~i ~t connection 'with the amounts deposited in the Escrow Account except as a result of the Escrow Agent's gross negligence or willful misconduct. If any question, dispute or disagreement arises among any one or more of the parties hereto and/or any other party with respect to the funds deposited in the Escrow Account, the proper interpretation of this agreement, the duties of the Escrow Agent hereunder or the rights of the parties to this agreement, the Escrow Agent shall not be required to act and shall not be held liable for refusal to act 'until the question or dispute is settled, and the Escrow Agent has the absolute right at its discretion to do either or both of the i following: (a) withhold and/or stop all further performance under this agreement until the Escrow Agent is satisfied, by receipt of a written document in form and substance satisfactory to the Escrow Agent and executed and binding upon all interested parties hereto (who may include the subscribers), that the question, dispute, or disagreement has been resolved; or (b) file a suit in interpleader and obtain by final judgment rendered by a court of competent juris- diction, an order binding all parties interested in the matter. 6. Successors and Assigns. This agreement shall be binding i upon the successors and assigns of the parties hereto. 7. Venue. The parties hereto agree that if any legal action is necessary in connection with this agreement, exclusive venue i G shall lie in Denton County, Texas. PAGE 4 ~ r 'I I i Fi i IN WITNESS WHEREOF, the said City, Owner, and Escrow Agent have signed this instruaent this 20 day of October ` 19 88. 1 1 CITY OF DENTON OWNls~?ev 1 BYe nth Day Ad entist Asso , BY: BY: f American Service Center inc. Lew Anderton Managing Venturer ESCROW AGENT First State Bank of Denton BY: /I't t n+i/ W. C. Orr, Dr. Chairman of the Board a 1 i i r., it PAGE 5 3 i . ri I sue r i f I i f i I i ' I 1 t { f I { i i f 1 21931 PROJECT N0. S~ oG CONTRACT NO. L THE STATE OF TEXAS S COUNTY OF DENTON DEVELOPMENT CONTRACT S Whereas, Checkmate Develo meat Co hereafter referred to as "Owner," whose business address is P.O. Box 627 - Denton, Texas 76202 is the owner of real . i property located in the corporate limits f of the City of Denton, or its extraterritorial jurisdiction; and i Whereas, Owner wishes to develop the property and such development must be performed in accordance with the applicable ordinances of the City of Denton, hereafter referred to as "City"; and j i Whereas, as a condition to the beginning of construction of said development, a development contract is required to insure ' i that all streets, water and sewer lines, drainage facilities and other improvements which are to be dedicated to the public, hereafter referred to as "Improvements," are constructed in accordance with the City's specifications, standards and ordinances; and Iselect applicable provision as follows) , Whereas, the Owner elects to construct the Improvements without contracting with another j party as prime contractor, in which case the provisions of this contract which refer to "Owner" of "Contractor" shall mean the Owner as named above; or c- i PAGE 1 i ;w rrrr l Whereas, the Owner elects to make such Improvements hereafter set forth by contracting with Jagoe-Public Company whose business address is P_Q. Aor 250Wanton Texas 76202 , hereafter referred to as "Contractor"; and Whereas, Owner and Contractor recognize that the City has j an interest in insuring that the Improvements subject to this i agreement, which will, upon completion and acceptance by the City, become public property, are properly constructed in accordance with the City's specifications and that payment is made therefor; WITNESSETH As to the Improvements to be dedicated to the public, as specified in Exhibit A, attached hereto and incorporated by reference, to be installed and constructed at Northwood Addition, Phase 12 f i the Owner, Contractor and City, in consideration of their mutual ~ promises and covenants contained herein, agree as follows; 1. Covenants of Contractor, Contractor agrees as follows: (a) Specifications, To construct and install the Improvements in accordance with the procedures, specifications i and standard contained in Division 11 and III of the City's Standard Specifications for Public Works Construction. North Central Texas, as amended, and all addendums thereto, and all other regulations, ordinances or specifications applicable to i I I PAGE 2 r f t f. t I N such Improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as though written herein. (b) Authority of City Engineer: Inspections, Tests and Orders. That all work on the Improvements shell be performed in a good and workmanlike manner and to the satisfaction of the City Engineer of his representative. The City Engineer shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, and the interpretation of specifications. The Contractor shall furnish the City Engineer or his representative with every reasonable facility for ascer- taining, whether or not the work performed was in accordance J with the specifications applicable thereto. Any work done or materials used without suitable inspection by the city may be i ordered removed and replaced at Contractor's expense. Upon failure of the Contractor to allow for inspection, to test materials furnished, to satisfactorily repair, remove or replace, if so directed, rejected, unauthor- ized or condemned work or materials, or to follow any other request or order of the City Engineer or his representative, the City Engineer shall notify the Owner of such failure and may suspend inspections of such work until such failure is remedied. If such failure is not remedied to the satisfaction of the City Engineer, the City shall have no obligation under k this agreement to approve or accept the Improvements. t. PACE 3 L. t i' F , i~ w t (c) Insurance. To provide for insurance in accordance with the insurance requirements applicable to contractors as provided for in Item 1.26 of Division I of the Standard Specifications for Public Works Construction, North Central Texas, as amended, the provisions of which are expressly incorporated herein by reference; provided, however, for purpose of this provision only, "Owner," as used therein, shall mean the City of Denton. (d) Means and Methods of Construction. That the means and methods of construction shall be such as Contractor may choose; subject, however, to the City's right to reject any Improvements for which the means or method of construction does not, in the judgment of the City Engineer, assure that the Improvements were constructed in accordance with City specifications, ! 2. Mutual Covenants of Owner and Contractor. Owner and Contractor mutually agree as follows: (a) Performance Bonds: Escrow Agreement. That if i building permits are to be issued for the development prior to i completion and acceptance of all improvements that are to be f ~ dedicated to the public, the following security requirements shall app1Y, unless the development is a "one lot development," j as defined by City's Development Code: { i I (i) a performance bond in an amount not less ,i than the amount necessary to complete the F Improvements, as determined by the City f Engineer shall be submitted guaranteeing' the ful~ and faithful completion of the PAGE 4 { f. i' is f ii r r Nor Improvements meeting the specifications of the City, shall be in favor of the City, and shall be executed by a surety company authorized to do business in the State of Texas; or, (ii) if the cost of completing the Improvements, at the time building permits are requested, is in an amount of $50,000 or less, as determined by the City Engineer, cash money in the amount necessary to complete the Improvements, as determined by the City Engineer, ■ay be deposited with a bank as escrow agent, pursuant to an escrow agreement insuring completion of the Improvements. Without exception, the City's escrn•,r agreement fora shall be used. (b) Payment Bond; Assurance of Payment. That prior to acceptance of the Improvements: (i) a payment bond will be furnished in an amount not less than one hundred percent (1001) of the approximate total cost of the contract cost of the Improvements guarantee- ' in the full and , 8 proper protection of all claimants supplying labor and material for the construction of the Improvements, shall be in favor of the City, and shall be executed by an approved surety company authorized to do business in the State of Texas; or, (11) if the total contract amount of all Improvements is $50,000 or less, as + determined by the City Engineer, or the Improvement:. regardless of the contract amount, are for a "one lot development," as defined by City's Development Code, and a payment bond has not been submitted in accordance with (1) above, Owner and Contractor agree and guarantee that any and all debts duo to any person, firm or corporation having furnished labor, material or both In the construction of the Improvements shall be fully paid and satisfied before acceptance of the Improvements by the City and that prior to acceptance of the Improvements, the Owner and Contractor shall furnish a written affidavit, in a form provided by the City PAGE 5 i I a V Engineer, stating that all bids, charges, accounts or claims for labor performed and material furnished in connection with the construction of the Improvements have been paid in full and that there are no unre- leased recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. That, upon the request of the City Engineer, Owner of Contractor shall furnish a complete list of all subcontractors who performed labor on, or supplied material for, the construction of the Improvements, and, when requested, written statement from any or I each of such subcontractors or suppliers that they have been paid in full. (c) RetainaQei Final Payments. - (This provision (c) applies only where the Owner and Contractor are not he same party,) That as security for the faithful completion of the Improvements, Contractor and Owner agree that the Owner shall 1 3 retain ten percent of the total dollar amount of the contract i price until after final approval or acceptance of the improvements by the City. The Owner shall thereafter pay the Contractor the retainage, only after Contractor has furnished to the owner satisfactory evidence that all indebtedness j t t connected with the work and all sums of money due for labor, E 1 materials, apparatus, fixtures or machinery furnished for and ± used in the performance of the work have been paid or otherwise f j satisfied. (d) Encumbrances, That upon completion and approval a or acceptance of the Improvements of the City, the Improvements r shall become the property of the City free and clear of all I i liens, claims, charges or encumbrances of any kind. If, after acceptance of the Improvements, any claim, lien, charge or encumbrance is made, or found to exist, against the Improvements, or land dedicated to the City, to which they are affixed, the Owner and Contractor shall upon notice by the City promptly cause such claim lien, charge or encumbrance to be satisfied and released or promptly post a bond with the City in the amount of such claim, lien, charge or encumbrance, in favor of the City, to insure payment of such claim, lien, charge or encumbrance. - (e) Maintenance Bond. That prior to approval or acceptance of the Improvements by the City, to furnish a i maintenance bond in form and substance acceptable to the City, in the amount of ten percent (101) of the contract amount of the Improvements, insuring the repair and replacement of all defects due to faulty material and workmanship that appear within one year from the date of acceptance. The bond shall be in favor of the City and shall be executed by an approved surety company authorized to do business in the State of Texas. (f) Indemnification. To Indemnify, defend and save harmless, the City, its officers, agents and employees from all ; suits, actions or claims of any character, name and description R brought for or on account of any injuries or damages received as sustained by any person, persons or property on account of the operations of the Contractor, his agents, employees or F subcontractors; or on account of any negligent act of fault of ~ R PAGE 7 i; f~ r the Contractor, his agents, employees or subcontractors in construction of the improvements; and shall pay any judgment, { with costs, which may be obtained against the City growing out i of such injury or damage. i ;g) Agreement Controlling. That the provision of this agreement shall control over any conflicting provision of any contract between the Owner and Contractor as to the construction of the Improvements. 3. Occupancy: One Lot Developments. Owner further agrees as follows; (a) That Owner will not allow any purchasers, lessee, or other person to occupy any building within the development until all Improvements are completed and accepted by the City, and that upon violation thereof will pay the City $3,000.00 as J liquidated damages, but such payment shall not be deemed approval of such occupancy and the City may take whatever action necessary to restrain such occupancy. (b) That if this contract applies to a "one lot development," as defined 11,+ City's Development Code, and no j performance or payment pond was required or submitted for the improvements that are to be dedicated to the public, the Owner ,ff I• t shall not be Issued a Certificate of Occupancy for any building f I constructed or located therein until all required public improvements have been completed and accepted in accordance i with this contract. f 4. Covenants of City. That, upon proper completion of the Improvements in accordance with this agreement, the City agrees i PAGE 8 E, i 1 l~.4 1 e 1 i i i , 1 I r to accept the Improvements. 5. Venue and Governing Lax. The parties herein agree that this contract shall be enforceable in Denton County, Texas, and if legal action is necessary in connection therewith, exclusive venue shall lie in Denton County, Texas. The terms and provisions I of this contract shall be construed in accordance with the laws and court decisions of the State of Texas. 6. Successor and Assigns. This contract shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns. 19 Executed in triplicate thi,, day of ~c :mil r OWNER OFXA ;~)4CONTRACTOR `Z C ~.szJ X BY: BY CITY OF DENTON, TEXAS } B ATTEST: 1 E 9 U111 0ZUKZ1AK1 1 APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: r F PAGE 9 y r 1 T0: Checkmate Development Corp. DATE: 12/6/88 We propose to furnish the necessary tabor, material, equipment, and incidentals to construct the following work in accordance with plans and specifications of Worrell & Associates, Engineers and Planners. Description of work: Paving; Water; Sanitary Sewer; Storm Drainage Location: Northwood, 12th Installment, Denton, Texas Quantities and prices: 1. PAVING FACILITIES Remove existing barricades P $3.00/LF 107 LF x $3.00/LF 321.00 Reinstall existing barricades @ $10.00/LF 45 LF it $10.00/LF -S 450,00 Install new barricades @ =30.00/LF 140 LF x $30.00/LF - S 4,200.00 f Fine grading to final grade Lump Sum - i 2,500.00 6" Lime Stabilized subgrade o $1.25/SY 10,357.0 SY x S 1.25/SY 12,946.25 Lime (27a/SY) @ $65.00/Ton 139.7 Tons x $65.00/Ton 9,080.50 2" Type "A" HMAC (Windsor Dr.) @ $3.15/SY I 2,903.0 SY x 53.15/SY -S 9,144.45 6" HMAC (4.5" Ty. "A"; 1.5" Ty. "D"; (Windsor Dr.) a $9,25/SY 2,588.0 SY x $9.25/SY - $ 23,939.00 5" HMAC (3.5" Ty. "A"; 1.5" Ty. "D") (Residential Street) v $8.00/SY 6,236.0 SY x $8.00/SY - $ 49,888.00 j Overlay existing pavement w/ up to 1" Ty. "D" HMAC (Branch Crossing) v $2.00/SY 75.0 SY x $2.00/SY 150.00 f 24" Concrete Curb and Gutter w $5.35/LF { 4,841.0 LF x $5.35/1,17 -S 25.899.35 Total Paving` - $138,518.55 I Excludes: Sidewalk (17.40/1,F} street signs; lighting; testing; City fees. 1 2. WATER FACILITIES 8 SDR PVC Waterline 9 511.90/LF 220.0 LF x $11.90/LF 2,618.00 k 6" SDR PVC Waterline * $10.82/LF 1,443.0 LF x $10.82/LF - $ 15,613.26 6" CI Gate valve w $450.00/EA 5 valves x $450.00/EA 2,250.00 Fire Hydrant with 6" lead to $1,200.00/EA 4 Hydrants x 51,200.00/EA 4,800.00 Cl Fittings' $2,000.00/Ton i 0.54 Tons x 52,000.00/Ton -S 1,080.00 2" Blow-off valve * $350.00/EA 1 Valve x 5350.00/EA -S 350.00 2,500 PSI Concrete thrust blocking @ $50.00/CY 12.3 CY x 550.00/CY 615.00 Class D Granular Embedment @ $7.50/CY 290.0 CY x 57.50/CY 2,175.00 (Continued on Page 2) f 2. WATER FACILITIES (Cont.) Page 2 2000 PSI Concrete encasement «;50,00/CY 14.0 CY z;50.00/CY ■ $ 700.00 1" Service connections (No meter boxes) $250.00/EA 31 Connections x $250.00/EA 7,750.00 Connect to existing stub-outs P $250.00/EA 6 Connections x;250.00/EA -S 1,500.00 • Water test Lump Sum - t 150.00 Water Total - $ 39,601.26 3. SANITARY SEWER FACILITIES i Aerial Crossing in existing live 18" sanitary sewer line Lump Sum 8,650.00 8" PVC Sanitary Sewer Main a $11.92/LF 442.0 LF r $I 1.92/LF 5,268.64 5' Diameter Drop Manhole in live 18" Sanitary Sewer Line @ $1,750.00/EA I Manhole=;1,750.00 1,750.00 j Adjust existing manhole rim elevations to final grade (up to 2') s ;250.00/EA 3 Manholes x $250.00/EA 750.00 j Adjust existing manhole rim elevations to' final grade (Up to 51 v =500.00/EA 2 Manholes x $500.00/EA 1,000.00 Standard clean-out for 8" line complete with embedment and map v $350.00/EA 2 Clean-outs x $350.00/EA 700.00 4" Service connections to existing 18" line P $250.00/EA 23 Connections x;250.00/EA -S 5,750.00 4" Service connections to new 8" line P $175.00/EA 14 Connections x;175.00/EA 2,450.00 { 2500 PSI Concrete encasement ;50.001CY 14 CY z $50.00/CY 700.00 Granular material embedment' $7.50/CY 77.0 CY z $7.50/CY . $ 577.50 Connect to existing stub-out v $250,00/EA I Connection x;250.00/EA 250.00 } Sewer Test Lump Sum -S 150.00 i Sanitary Sewer Total - $ 27,996.14 4. STORM DRAINAGE FACILITIES 6" Reinforced concrete fining';140.00/CY 356.82 CY x;140.00/CY 49,954.80 8" Reinforced conc. flow diverters x;275.00/CY i 2.67 CY z $275.00/CY 734.25 3 - 8'z 6' TDH&PT Std. MC8-2 box culverts (80 LF) $275.75 CY 132.48 CY x $275.75/CY - $ 36,531.36 Head, wing, and toewall for 3-8'z 6'' $278.50/CY 61.7 CY x $278.50/CY - S 17,183.45 (Continued on Page 3) ~1 I Page 3 4. STORM DRAINAGE FACILITIES (Continued) 6'x 5' Precast box culvert (if cast in place - 96.68 CY) $127.50/LF 201.0 LF x =127.50 LF - $ 25,627.50 2:1 Sloped end section for 6' x 5' box Lump Sum - $ 510.00 1:1 Sloped end section for 6'x 5' box Lump Sum 2,600.00 6" Reinforced concrete morning glory P $280.50/C'Y 8.33 CY x $280.50/CY - $ 2,336.57 4" 2500 PSI concrete flumes w $172.00/CY 22.0 CY x $172.00/CY 3,784.00 Type "A" Storm sewer manhole (Pipe 30") =1000.00/EA 1 manhole IS 1000.00 - $ 1,000.00 Type "B" Storm sewer manhole (Pipe 33") =1000.00/EA 1 manhole x $1000.00 1,000.00 14' Standard inlet (4' deep) v $1,836.00/EA 2 inlets x $1,836.00/EA -S 3,672.00 12' Standard inlet (3' deep) ip $1,635.00/EA 2 inlets x $1,635.00/EA 3,270.00 6' Rec. Inlet (2.75' deep) @ 1,225.00/EA I inlet: $1,225.00/EA - $ 1,225.00 4' Standard inlet (4' deep) v $920.00/EA 3 inlets x $920.00/EA - $ 2,760.00 I 4' Inlet w/ open back (3' deep) @ $1,125.00/EA 1 inlet x $1,125.00/EA - $ 1,125.00 4' Rec. Inlet (2.75' deep) * $1,125.00/EA I inlet x $1,125.00/EA 1,125.00 I, 33" RCP P $32.00/LF 507.0 LF x $32.00/LF - $ 16,224.00 33" B-2 Radius pipe P $32.00/LF ji { 90.0 LF x $32.00/LF - $ 2,880.00 27" B-2 Radius pipe # $27.50/LF 190.0 LF x $27.50/LF - $ 5,225.00 21"B-2 Radius pipe @ $25.00/LF 188.0 LF x $25.00/LF -S 4,700.00 18" B-2 Radius pipe' $22.50/LF 99.0 LF x $22.50/LF - $ 2,227.50 33" to 27" Pre-Fab Reducer p $430.00/EA 1 Reducer x 5430.00/EA - $ 430.00 27" to 21" Pre-Fab Reducer a $400.00/EA 1 Reducer x $400.00/EA -S 400.00 33" to 18" 604 Wye P $520.00/EA 2 Wyes x $520.00/EA - $ 1,040.00 27" to 21" 604 Wye r $450.00/EA 1 I Wye x $450.00/EA -S 450.00 Cut into exist. channel lining & install 33" pipe outfall on 3:1 slope w/ rip-rap Lump Sum 500.00 f, ? Cut into exist. channel lining & install 27" pipe outfall on 2:1 slope w/ rip-rap Lump Sum -S 500.00 Remove asphalt, cut into existing box culvert and connect 18" lateral Lump Sum 800.00 Grade to Drain at morning gory including removal Of 5 trees up to 18" diameter Lump Sum 2.000.00 Total Storm Drainage - $191,815.43 Project Total - $397,931.38 (Continued page 4) '1 i Page 4 For your convenience, the above quantities have been estimated. However, this proposal is on a unit price basis with payments to be made on the actual measured quantities of work completed. On the last day of each month, partial estimates shall be prepared including all of the completed work plus all of the material on hand for the uncompleted portion and shall be paid in full not later than the 7th day of the following month. Final estimates shall be prepared immediately upon completion and shall be paid within 10 days. All estimates not received on due date shall bear interest from due date until date received at 18% per annum, or the highest legal rate. It is also agreed by both parties to this agreement that any and all { costs of litigation to obtain monies due contractor shall be at the expense of the owner, and the items installed under this proposal remain the property of the contractor until the contractor is paid in full. This proposal is also based on all engineering, grades, and alignments being furnished by the owner, together with all necessary permits from the City, County, State or other interested parties. All necessary testing will be paid for by the owner. Your acceptance of this proposal by signing and returning one copy to us within (10) ten days and the approval by us of your credit and arrangements to pay will constitute a contract between us. This proposal is ' subject to cancellation if a National Emergency or other activities should i cause materials to become unavailable. ~,QCEAT Owner) JAGOE-PUBLIC CO. ( trqctor) By: By: tar Title: .Ces,d~-Z' Title: Bank Ref. Date ems. /9f1~ i j ~ f I E I 1 1 f s PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Jagoe-Public Company of the City of Denton County of en on and State of Texas as y principal, and c AR Rn SURETY CfftiPMY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CHECKMATE DEVELOPMENT CORPORATION .1 T, go 38/100 In the penal sum of Three Hundred Ninety Seven Thousand. Nine ( 8) j for the payment whereof, the said Principal and Surety bind themselves, and t~ieir heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal hs entered into a certain written contract with the Owner, dated the 6th day of December , 19 88 , to Construct Paving, Water, Sanitary Sewer and Drainage Improvements to serve Northwood Addition - 12th Installment - in the City of Denton 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, IMEREFORE, THE CONDITION OF THIS• OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements In and by said contract agreed and covenanted by the Principal to be observed and performed, and according to i 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 'a executed pursuant to the provisions of (Article 5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of 'T'exas as amended 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." 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, speck Gcations, or drawings accompanying the same, shall in anyway affect Its obligation on this I, - - - - - - - - - - - - - - - - - - - *Not applicable for federal wnrk. See "The Miller Act," 40 U.S.C. 5270. l i • r PB-1 m or I- b.a ..a 1"1 F ~i I i f bond, and it does hereby waive notice of any ouch change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Y IN WITNESS WHEREOF. the said Principal and Surety have signed and se&W this instru. went thtg 6th day of December , 18 88 JAGOE-PUBLIC SEABOARD SURETY COMPANY _ PARCIPLI Surer 1 ~ By ' ?PIS ~ Tt tZ Title Rosemary }leaver, Attorney-in-Fact Address P. 0. Box 250 Address 8300 Douglas Ave.. Suite 700 Denton, Texas 76201 Dallas, Texas 75225 The name and address of the Resident Agent of Surety Is: CORRODN b BLACK, INC. of Dallas $300 Douglas Ave Suite 700, Dallas, Texas 75225 j i i f t ~ i { f I j 1 E ft t E i j SEABOARD SURETY COMPANY ADMINISTRATIVE OFFICES: BEDMINSTER, NEW JERSEY STATUTORY PAYMENT BOND - TEXAS (Private Work) KNOW ALL MEN BY THESE PRESENTS: THAT JAGOE-PUBLIC COMPANY Original Contractor (hereinafter called the Principal}, as Principal, and Seaboard Surety Company, a owporation organized and existing under the laws of the State of New York, and authorized to do business in the State of Texas, with its principal office in the C' of New York New York (hereinafter called the Surety), as Surety, are held and firmly bound unto Checkmate bevel o ent Cor oration (hereinafter called the Owner), In the amount of ree Hundred Ninety Seven Thousand Nine Hundred Thirty n i;nd 381 00 DOLLARS ($--_397L931.38 ) (here insert an amount equal to total contract) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly i and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 8th e1 y December , t9 88 . to Constrict Payjng.jdjtPr- Sanitary S 1 aNDrainage Improvements to sere N r cod Addition-12th Inst. which contract ls hereby referred to s and made a part hereof as fully and to the same extent as it copied at length herein; ' NOW, THEREFORE, THE CONDITION OF THIS OBL)GATION IS SUCH THAT IF THE SAID PRINCIPAL shall promptly pay claimants for all labor, subcontracts materials and specially fabricated materials performed or furnished under or by virtue of said contract and normal and usual extras thereto (not to exceed 15% of a said contract price), then this obligation shall be void, otherwise to remain in full force and effect; labor. subcontracts, materials and spec L* fabricated materials shall be construed In accordance with Section 53.001 of the Property Code, added by the Acts of the Regular Session of the 68th Legislature, 1983. PROVIDED, HOWEVER, that the Owner having required the said Principal to fum sh this bond in order to compty with the provisions of Sections 53.201 at ser of the Property Code, added by Acts of the Regular Session of the 68th Legislature,1983, all rights and remedies on this bond shall inure solely to such claimants and shall be determined in accordance with the ! provisions, conditions and limitations of said Real Property Code to the same extent as if they were copied at length herein. 3 ' IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument, this 6th y 88 day of December 19 F JAGOE-PUBLIC C MPANY (Seal) i ~Prin 'pal) _ ~ (rule) I SEA50 RD SURETY COMPANY, The foregoing bond is hereby approved. P BY: Jet-s rs~ Rosemary Weaver Attorney-in-Fact h l ner) ? CORROOM & BLACK, LVC. OFDALLAS ~ I, B,, &KO 00U; LAS AVE,, SUITE 700 I` DALLAS, T LXAS 75225 ; % TEL. (214) 987-2100 Address (Date approved) Form 410 6186 I J SEABOARD SURETY COMPANY HOME OFFICE: NEW YORK, N. Y. DUAL OBLIGEE RIDER TO PERFORMANCE 6 PAYMENT BOND Number__155130 WHEREAS, on or about the 6th day of December , 19 , 88 JAGOE-PUBLIC COMPANY , as Contractor, entered into a written agreement with Checkmate Development Corporation as Owner, for the construction of Paving, Hater, Sanitary Sewer and Drainage Improvements i to serve Northwood Addition - 12th Installment - in the City of Denton, Texas herein referred to as the Contract, and WHEREAS, the Contractor and Seaboard Surety Company, as Surety, made, executed and delivered to said Owner their joint and several Bond, and WHEREAS, the Owner has requested that Northpark National Bank of Dallas (hereinafter called "Co-obligee") said Co-obligee having a material interest in the performance of said contract, be named as an obligee in the Bond and has requested the Contractor and the Surety I to join with the Owner in the execution and delivery of this Rider and the Contractor and Surety r'• have agreed so to do upon the conditions herein stated. } 1 NOW, THEREFORE, in consideration of One Dollar and other good and valuable consideration, J receipt of which is hereby acknowledged, the undersigned hereby agree as follows: The aforesaid Bond shall be and it is hereby amended as follows: 1. The name of ]lorthpark National Bank of Dallas f t shall be added to said Bond as a named obligee Co-obligee f s 2. The rights of the Co-obligee shall be subject to the condition precedent that all the Owner's obligations to the Contractor be performed; provided, however, that the aggregate liability of ! the Surety under said Bond, to the Owner and the Co-obligee, as their interests may appear, is limited to the penal sum of the Bond and provided, further, that the Surety may, at its option, make any payments under said Bond jointly to the Owner and the Co-obligee; and further provided there shall be no liability under the Bond to the Owner or to the Co-obligee, or to i either of them, unless payment be made to the Contractor at the time and in the manner provided in the Contract. ` p I 3. Except as herein modified, said Bond shall be and remain in full force and effect. I f SIGNED, SEALED AND DATED this 6th day of December 19 88 , CHECKMATE DEVELOPMENT CORPORATION f w 'hER`_~ } JAGOE-QOBLIC COMPANY COhT TOR l /I CORROOId rc B1 ACK, INC'. OF DALLAS SEABOARD SURETY COMPANY DALLAS, TEL. (2I4) 987•.41x(1 By~ FORM 302 Rosemary Cleaver ATTORX3:1'I\'-TACT FFF 0545 SEABOARD SURETY COUWANY ii 10376 ADMINISTRATIVE OFFICES, BEDMIN$TEA, NEW JERSEY POWER OF ATTORNEY KNO+N ALL MEN BY THESE PRESENTS- Thal SEABOARD SURETY COMPANY, a corporation of the State of New York, has - "made, Constituted and appointed and by these presents does make, constitute and appoint Rosemary Weaver or luny J. Klepec or'K.R. Harvey Dallas Texas its true and lawflA Al lorney-in-fact, to make, execute and detw on fW behalf Insurann poaches, surety bonds undertakMQa and olMrkutrumenteofslmdernatunasfollows' Without Limitations Such insurarsce policies, surety bonds, undeftaMl and Instruments for said purposes, when duty executed by the aforesaid Attomey-in-t=act, shall be binding upon the said Company as fully and to the same extent as If signed by the duly authorized olkera of the Company and sealed with its corporate seal; and all the acts of said Attorney-in-Fall pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By-Laws which were duty adopted by the Board of Directors of the said Company on December 13tH, 1927, with Amendments to and inciut'ing January 15, 1982 and ire still In full force and effect ARTICLEYII. SECTION 1: ' e6 bonds; r ikoWg +Kes st*A*0om, conaeata et surety, undem"ol wt0ertakin9f and Ienatnwnenb rW irl lhereta Insurance poRci *Unds, recogriii ancea, stipulations. consents of surety" undemntieg unoenall of the coml ny and mie"a,"menta and other wr,,ting3 Mating many way thereto 0 (to any claim or loss thereunder, shall be signal' in ftname Ana on bahall a the Company Is) by lhaChafrmanorthe Board. the PresitlentaV-ice-Preaidenl ors Resident Vice-Pressdem Ind tt tSecreta Satretary.a Rrgpenf Secretary or a RosiQfM Aslialant Secreraryy. or (b) by an Attor ry, an ASbataM - rtty-in- Fad la the Company lpppnted and autfMrized by tie CAairRUn of IM Board, the President or a V,ca-Pre( OM to make such u9nalun: Or (c) by wch other of Kars or repretsntativb as the Bard majr from time so time determine. The teat of (ha Company chap N appropriate be atrrxed tharelo by any such officer, Attorney-in-fact or rapraentauve' IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Ylce- Presxfents, and its corporate seat to be hereunto affixed and duty attested by one of its Assistant Secretaries, this .1st . dayof~ ; September--.....119 88 Aile5-E SEABOARD SURETY COMPAN r''iw~ eEv` (Seal),/ kl Assisunl $ Wry 'r .p{op,l STATE OF NEW JERSEY ss.: COUNTY OF SOMERSET On lhia .__..lst.._........... day of . Septt'ERber 19.98__., before me personally appeared _..Michael.._B._.Kee an . Vice-President of SEABOARD SURETY COMPANY, with whom I am personalty acquainted, who, being by me duty sworn, said that he resides in the State of New. 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 seat of the said Company; that the seat affixed to said instrument is such corporate seat; that it was so affixed by order of the Board of Directorsof said Company; and that he signed his name thereto as Vice-President of said pany by like authority. FELICE M. CATAIANO g1o NOTARY PUBLIC OF NEW jMEY t nkxT tdy Commission Ell June 4, 1991 ` PMIt ,W~ CERTIFICATE Notary Pubic - fOFt4 u4121`6pnedAAVIAMSecralaryolSEA80AROSURfriCOMPANYdoherobycatiyWlVaONnetPower orAttorneyofwhich thefortoingis and con ear copy. h n tu11 force and effect on tt s date of thisCartiticau and 1 do tw1Mr cerUy Ural the YKkPresideM who executed the acid Powaof "Orn" cuss one o Bw Officefs authorized by the Soa+d of Direixora to appo N an attorney-in-fad as provided in Ankli V11, Satim 1, Oft By-Laws of SEABOARD StJRET Y COMPANY. 11 ' This Certificate may be signed and sealed by faun mile undsr and by aufhortty of the 11011oll resolution of ft Ex eadM Coetwri lta of the Board of Duactdrs of SEABOARD SURETY COWANY M a mmeatlnp duty CAW" hell on me 25th day of March 1970. RESOLVED (2) That the uN of a printed (aglmile of the corporate seal of ft Company and of the spnahue of an Asalil +1 Sscmary on eery art Illation of the WettrtE53 Of a copy d in instrument executed by isle President a a Vice-Prisdens pursuant to Article VII, Section 1. Of Ne 9y-Lawn appointft and mAhor"v an attorneyin-loct to W in the Mme and on bell of fns Company slrNy bands, underwriting undertakings or e9lef kaVisrnei la d&Wbed in said Anglia V% Section 4. with kte effect u x such test and such signature had been manuaay, afnxed and made, hereby Is autNorihd and approved ' IN Witill WHERE/p_F I have hereunto set my nd and affix th corporate seat d Company to these prt>aeltq shy hit day of.___1 % • • uLcMani s.craury ?e a1• tone W tri° l l Fur ve rlhralron of the authenhc.ry d ih , PuAe of Attorney you r,ay ran, cplfr~ r 201.65&IiU7 and a>k ter the PvAeror Aliorcey clerk. Plea,e refer to the Power of ANnrnt y' numi+er. Iho ah,•ve ngmad I.Id V A.i 7'n1.+. rid &I 1 15 of Ihn h<,n,i In h Ih, p YJd:~„'1 In P;rn Y^rk Dla.1 212 6??5444 I I! i 1 I 1 1 I ~ I 1 1 r illollovell limaillooll mills oil j , r I i i 1 J " E t Z F 1 ' I I t `I 4 r I 1 f 1 21931 PROJECT NO. 81!•05' i CONTRACT NO. THE STATE OF TEXAS S COUNTY OF DENTON i DEVELOPMENT CONTRACT Sav 1ng'sAoj4ocj a t i on Whereas, commonvealth. hereafter referred to as "Owner," whose business address Is 10000 Memorial Drive, Suite 555, Houston, TX 77024 is the owner of real property located in the corporate limits of the City of Denton, or its extraterritorial jurisdiction; and Whereas, Ownor wishes to develop the property and such •s development must be performed In accordance with the applicable ordinances of the City of Denton, hereaftsr referred to as f "City"; and ! i Whereas, as a condition to the beginning of construction of i ~ said development, a development contract is required to insure that all streets, eater and sewer lines, drainage facilities and other Improvements which are to be dedicated to the public, hereafter referred to as "improvements," are constructed in i accordance with the City's specifications, standards and ordinances; and [select applicable provision as followsl f I J Whereas, the Owner elects to construct the Improvements I without contracting with another party as prime contractor, in I which case the provisions of this contract which refer to c "Owner" of "Contractor" shall mean the owner as named above; or PAGE 1 f . i ~ 1 f i i xx ( Khereas, the Owner elects to make such improvements hereafter set forth by contracting with Jeske Construction Company whose business address is P.O. Box 59025, Dallas, TX 75229 , hereafter 1 referred to a$ "Contractor"; and I f Whereas, Owner and Contractor recognize that the City has { an interest in insuring that the Improvements subject to this agreement, which will, upon completion and acceptance by the I City, become public property, are properly constructed in accordance with the City's specifications and that payment is made therefor; WITNESSETH As to the Improvements to be dedicated to the public, as specicied in Exhibit A, attached hereto and incorporated by i reference, to be installed and constructed at Teasley Plata Addition i the Owner, Contractor and City, in consideration of their mutual promises and covenants contained herein, agree as follows: I 1. Covenants of Contractor. Contractor agrees as follows: (a) Specifications. To construct and install the improvements in accordance with the procedures, specifications ind standard contained in Division 11 and III of the City's 3 Standard Specifications for Public Works Construction, North i Central Texas, as amended, and all addendums thereto, and all i othu., regulations, ordinances or specifications applicable to 1 PAGE 1 4 I ~ f 1 l ` f sucn improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as though written herein. (b) Authorit cE Cit En tneer• Inspections, Tests and Orders. That all work on the Improvements shall be performed ( In a good and workmanlike manner and to the satisfaction of the ! City Engineer of nis representative. The City Engineer shall 4 • decide all questions which arise as to the quality and ! acceptability of materials furnished, work Pecformed, and the l interpretation of specifications. The Contractor shall furnish the City Engineer or his representative with every reasonable facility for ascer- taining whether or not the work performed was in accordance with the specifications applicable thereto. Any work done or t ~ ~ materials used without suitable inspection by the City may be + ordered removed and replaced at Contractor's expense. Upon failure of the Contractor to allow for 1 inspection, to test materials furnished, to satisfactorily ~ I repair, remove or replace, if so directed, rejected, unauthor- ized or condemned work or materials, or to follow any other request or order of the City Engineer or his representative, the City Engineer shall notify the Owner of such failure and 1 may suspend inspections of such work until such failure is remedied. If such failure is not remedied to the satisfaction of the City Engineer, the City shall have no obligation under j, this agreement to approve or accept the Improvements. 1 PAGE 3 1 ~ I ' I ? r f i ji 7 (c) Insurance. To provide for insurance in accordance with the Insurance requirements applicable to contractors as provided for in Item 1.26 of Division i of the Standard Specifications for Public Works Construction North Central Texas, as amended, the provisions of which are expressly incorporated herein by reference; provided, however, for purpose of this provision only, "Owner," as used therein, shall mean the City of Denton. i (d) Means and Methods of Construction. That the means and methods of construction shall be such as Contractor may choose; subject, however, to the City's right to reject any Improvements for which the means or method of construction does not, in the judgment of the City Engineer, assure that the i Improvements were constructed in accordance with City { specifications. 1 2. Mutual Covenants of Owner and Contractor. Owner and Contractor mutually agree as follows: ~ l (a) Performance Bonds• Escrow Agreement. That If (J 11 building permits are to be issued for the development prior to ~ I completion and acceptance of all improvements that are to be dedicated to the public, the following security requirements i' shall apply, unless the development is a "one lot development," as defined by City's Development Code: r I (I) a performance bond in an amount not less i than the amount necessary to complete the Improvements, as determined by the City Engineer, shall be submitted guaranteeing , the full and faithful completion of the PAGE e j i ~ i i w t 4 - Improvements meeting the specifications of the City, shall be in favor of the City, and shall be executed by a surety company authorized to do business in the State of Texas; or, (ti) if the cost of completing the Improvements, at the time building permits are requested, is in an amount of =50,000 or less, as E determined by the City Engineer, cash money in the amount necessary to complete the Improvements, as determined by the City Engineer, may be deposited with a bank as escrow agent, pursuant to an escrow agreement insuring completion of the Improvements. Without exception, the City's escrow agreement form shall be used. (b) Payment Bond; Assurance of Payment. That prior to 1 acceptance of the Improvements: (i) a payment bond will be furnished in an amount not less than one hundred percent (1001) of the approximate total cost of the contract cost of the Improvements guarantee- ing the full and proper protection of all claimants supplying labor and material for the construction of the Improvements, shall I be in favor of the City, and shall be I executed by an approved surety company authorized to do buslaess in the State of Texas; or, !!~I (ii) if the total contract amount of all I~ Improvements is $501000 or less, as determined by the City Engineer, or the Improvements, regardless of the contract amount, are for a "one lot development," as defined by City's Development Code, and a payment bond has not been submitted in accordance with (i) above, Owner and Contractor agree and guarantee that any and all debts due to any person, firm or i corporation having furnished labor, material or both in the construction of the Improvements shall be fully paid and satisfied before acceptance of the Improvements by the City and that prior to acceptance of the Improvements, the Owner and Contractor shall furnish a written affidavit, in a form provided by the City i PAGE 5 f { i i= Engineer, stating that all bids, charges, accounts or claims for labor performed and material furnished in connection with the construction of the Improvements have -been paid in full and that there are no unre- leased recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. That, upon the request of the City Engineer, Owner of Contractor shall furnish a complete list of all subcontractors who performed labor on, or supplied material for, the construction of the requested, written statement from and, when or i j each of such subcontractors or suppliers that they have been paid In full. (c) Retainaee; Final Payments. (This provision (e) applies only where the Owner and Contractor are not he same party.) That as security for the faithful completion of the Improvements, Contractor and Owner agree that the Owner shall retain ten percent of the total dollar amount of the contract price until after final approval or acceptance of the t f improvements by the City. The Owner shall thereafter pay the j Contractor the retainage, only after Contractor has furnished to the Owner satisfactory evidence that all indebtedness connected with the work and all sues of money due for labor, materials, apparatus, fixtures or machinery furnished for and used in the performance of the work have been paid or otherwise ' E satisfied. r ~ (d) Encumbrances. That upon completion and approval i I or acceptance of the Improvements of the City, the Improvements shall become the property of the City free and clear of all i ' ~I i .a liens, clai6s, charges or encumbrances of any kind. if, after acceptance of the Improvements, any claim, lien, charge or encumbrance is made, or found to exist, against the Improvements, or land dedicated to the City, to which they are affixed, the Owner and Contractor shall upon notice by the City promptly cause such claim lien, charge or encumbrance to be satisfied and released or promptly post a bond with the City in ; the amount of such claim, lien, charge or encumbrance, in favor j I of the City, to insure payment of such claim, lien, charge or 3 ij encumbrance. f I ~ (e) Maintenance Bond. That prior to approval or i ;t acceptance of the. Improvements by the City, to furnish a maintenance bond in fora and substance acceptable to the City, in the amount of ten percent (10t) of the contract amount of I' the improvements, insuring the repair and replacement of all defects due to faulty material and workmanship that appear i within one year from the date of acceptance. The bond shall be in favor of the City and shall be executed by an approved I surety company authorized to do business in the State of Texas. J (f) Indemnification. To indemnify, defend and save j ; officers, agents and employees from all harmless, the City, its suits, actions or clalas of any character, name and description brought for or on account of any injuries or damages received as sustained by any person, persons or property on account of i the operations of the Contractor, his agents, employees or subcontractors; or on account of any negligent act of fault of i PAGE 7 II. r his agents, employees or subcontractors In ~ the ContraEtor, construction of the improvements; and shall pay any judgment, with costs, which may be obtained against the City growing out of such injury or damage. (g) Agreement Controlling. That the provision of this agreement shall control over any conflicting provision of any contract between the Owner and Contractor as to the construction of the Improvements. 30 Occupancy; One Lot Developments. Owner further agrees as follows: (a) That Owner will not allow any purchasers, lessee, or other person to occupy any building within the development until all Improvements are completed and accepted by the City, and that upon violation thereof will pay the City $3,000.00 as liquidated damages, but such payment shall not be deemed approval of such occupancy and the City may take whatever action necessary to restrain such occupancy. (b) That if' this contract applies to a "one lot i F ; development," as defined by City's Development Code, and no performance or payment bond was required or submitted for the k; improvements that are to be dedicated to the public, the Owner f shall not be issued a Certificate of occupancy for any building constructed or located therein until all required public improvements have been completed and accepted in accordance 4 with this contract. i. Covenants of City. That, upon proper completion of the Improvements in accordance with this agreement, the City agrees PAGE 8 i f 1,1 t to accept the Improvements. S. Venue and Governing Law. The parties herein agree that this contract shall be enforceable in Denton County, Texas, and if legal action is necessary In connection therewith, exclusive venue shall lie in Denton County, Texas. The terms and provisions of this contract shall be construed in accordance with the laws and court decisions of the State of Texas. 6. Successor and Assigns. This contract shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns. Executed in triplicate this, l4 day of November 19 88 , l OWNER CONTRACTOR JESKE CONSTRUCTION CO. A COMVOMFVEALTH SAVING SOCIAT1ON BY: 411.4,71 BY: j Charles M. Lusk III j Executive Vice President CITY OFD TON, TEXAS ' F i 1! BY: f ~ ATTEST: I JEONIFER f I A fERS; i i APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY 7 ~ 1 ~ i PAGE 9 i l ,I I~ -Mppw ` T 1 Certil"te of tnsuiance THS CLRTPCATS 6 6SL(D AS A $MITER OF DAWTKY+CrlY MO COIS Eli' 47 RIGI I75 UC:~+ nL,1 Sin I'L V:1, K,A.:! I.:allri it+; r.l rirrlTk r. Kit AN ,r,~wrw.f POLICY AND DOES NOT M440 ERSEN40R ALTER TIECOrtRla XEORDED BY TIE POUC1ESl61ED BELOW «l This is to Catxy that L1 BER IY FJESK£ CONSTRUCTION COMPANY IMUTUAI. P.O. BOX 59025 Name and 1 address of DALLAS, TX 75229 Insured. L IL al tK a" dak d thq cerLSCak, nssvd by tlm Caroan y under ttr Rey("" hsW Dc+Ow. The ns;a a AHaded bi the LWC4 GoK)+a -,I d SuhA.'G1 or art/ b am twig Eermtcxi.aionf arld cardlurls and 'a r+ol afA.ed by rrry mQ.rlrrr;N, Ielm condtion d connad a or+er doarnent w+n resfx<I b whcn r" ca lisle my be issued CERT. EXP. DATE' 1 - LIMIT TYPE POLICY OF 1 OF ❑ MIMSER LIABILRY PORGY ❑EXTENaED FTLNDLD . , ~ ~ iCYICY TERM caTwwEAFFORDEDDt+DERWC EAILOYERSLIABAITY LAW OF THE FOLLOVMOG STATES &A-Al Ins/ v By Accderl 100,000 E. Acc WORKERS' 9-1-89 WC2-191-069159-018 Budh mn el Dcrace < 1OO,D00 EbP! CC11AP£NSATION I►Ary IryrY y De.we , 500,000 Fu L^4 . ~ a.~e.: wows+.~' m~" roace rorvra ooer+ron 2-000-000 9-1-89 YY1-191-069159-048 1494.000 Bx+; wv P~n.,v O,rn.Ae L~.Mr 1 z ^ M y .l 2 ~t ❑CiAMS MACE h:~c,~,~+.`e A!..iy+u t.rr ii m• Win' SPE C AU EXCL i ENDORSEMENTS fl ~.Q~~ Q_ EACH ACCIDENT-SINGLE LOAT•B L AND PD. COMBtNEO pp ® OMMED Q ~NONOV^ED 9-1-89 AS1-191-069159-038 EACH PERSpI EACI+ AC.GDENT EACH ACCIOEN7 HlREO OR OCCLA'tAENCE S OR OCC(ff1R£NCE UMBRELLA f ? w EXCESS 9-1-89 TH1-191-069159-028 $1,000,000 p LIABILITY LKJtt,OfM 51 Of (,PEI:Ai BRA 8 .AJB ~ Id A<RLr.dh I ~L{~{ I>IPSNY+UI i KY fiA'M 4+1. TEASLEY PLAZA IMPROVEMENTS y ~ '✓t ft ee•Nta1e !up/atidn dar` b Gone n,qn or e,terdtd Iran. you win ee notrltd 1 Gorcragl` is termruN4 a re 0uc<x7 P"*r t1x cIilil r:It..:• r. txdcn dIk` K+wv*, ' 4 vm tf V noVied wyxay of the ccarxem of cow;+pe 1 ifhYl) \lulual f NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE Inwrance (iroup I j THE IN&PANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS10 - DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO. ' rCOMMONWEALTH FINANCIAL POWELL d POWELL, ENGINEERS d CONSULTANTS, INC. CERTIFICATE 3988 N. CENTRAL EXPRESSWAY STE 1130 HOLDER --a _ . - - W1 __7+:E REFY7E Sf NTAIr,/E ! DALLAS, TS 75204 11-29-88 jn IRVING L ICE TNF m W cal, a.oAed y LJBE In WTLAL INSLAANCE GROUP r w,pe, ~ rarm a a Jbd,O by Tk w w'srr.` -BS772 R: I ~ L' 1 r f ' 1 I + II k 1 j LIBERTY 2100 W0,nur 14 [1 Larw lJ MUTUAL. suite 100, P. o. Box a un567 ! Ir np. Tex» 75011-2067 1 Tckph"x (214) 550-7899 JESKE CONSTRUCTION COMPANY INDEMNITY AGREEMENT: THE CONTRACTOR SHALL AGREE AND COVENANT TO PROTECT, DE- FEND, HOLD HARMLESS, AND INDEMNIFY OWNER, AND THE OFFICERS AND EMPLOYEES OF THE OWNER AND THE CONSULTING ENGINEER [BY NAME AS STATED FOR THE PARTICULAR PROJECT IN THE INVITATION TO BID) FROM AND AGAINST ANY AND ALL CLAIMS, ACTIONS 1 LIABILITIES, LOSSES AND EXPENSES RELATING TO ANY AND ALL LOSSES OR DAMAGES INJURY TO OR DEATH OF PERSONS (INCLUDING, WITHOUT LIMITING THE FOREGOING, AND DAMAGE TO PROPERTY) ALLEGEDLY OR ACTUALLY SUFFERED BY ANY PERSON OR PERSONS AND ALLEGEDLY OR ACTUALLY ARISING OUT OF OR INCIDENTAL TO THE WORK, SERVICES, AND ACTIVITIES OF CONTRACTOR OR ANY OF ITS SUBCONTRACTORS UNDER THIS CONTRACT, INCLUDING, WITHOUT LIMITING THE FOREGOING, ALL ACTS AND OMISSIONS OF THE OFFICERS, EMPLOYEES AND AGENTS OF CONTRACTOR AND ITS JOB OR WORK UNDER THIS SUBCONTRACTORS IN CONNECTION WITH ANY INSTALLATION, CONTRACT, OR WHILE PROCEEDING TO OR FROM THE SITE OF ANY SUCH INSTALLATION, JOB OR WORK WEATHER OR NOT LAWFUL OR WITHIN THE SCOPE OF THEIR EMPLOYMENT. HOWEVER, THE OBLIGATIONS OF THE CONTRACTOR SHALL NOT EXTEND TO ANY CLAIM, TO AGDEFECTT IN RDREXPENSE AWINGS OR ISPECIFICATIONSAPREPARED BY£THOR IN E ENGINEER.NTIAL PART i 3 c i t l I, ~ Liberty Dlutwl Insurance Group/Boston I Equal Opportunity Emplo)er I 1 1 . 1 i ` t 'I - l1 I . I Bond $5535241 1379L i PROJECT NO. CONTRACT NO. CONTRACTOR'S PERFORMANCE BOND r THE STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That Jeske Construction Company of Dallas 0 Dallas County ~i Texas hereinafter called "Principal" and SAFECQ INSURANCE CORPANY OF , AMERICA , a corpo- ration organized under the laws of the State of Washington 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 Commonwealth Mortgage Corporation hereinafter called "Developer", I in the penal Stlm of one hundred four thousand six hundred sixty-four dollars and eighty cents 104,664.80 lawful money o the United States, to a pat in Denton County, ! Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. 7 THE CJNDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered into a certain contract with Developer dated ` as of the 14th day of November 1988 (the "Contract"), f a copy of whit is attached hereto and mad-ea part hereof, for construction of water, santiary sewer, and drainage improvements } 1 7 to serve Teasley Plaza Addition an Addition to the City of Denton, Denton County, Texas; i i I NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all of the undertakings, ( covenants, terms, conditions and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the City and/or Developer with or without notice to the Surety, and if he shall satisfy all claims t and demands incurred under such Contract, and shall fully indemnify and save harmless the City and the Developer from all costs and damages which each may suffer by reason of failure to do so, and shall reimburse and repay the Ctty and the Developer all outlay and expense which the City or the Developer may incur in making good any default, and shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution o the work 3 provided for in such Contract, and any authorized extension or modification thereof, 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 County, Texas, and the 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 to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of r s,ny such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. j i IN WITNESS WHEREOF, this instrument is executed in tripli- i cai4 , each ongoveom which shall be deemed an original, this the ` day of , 19 88 . PRINCIPAL ! Jeske Construction Company BY: SECR TAR P T~ PAL Dallas, Texas 75229 A Tess i CONTRACTOR'S PERFORMANCE BOND/PAGE 2 E i i I / i I I I II i 3 i { I WITNESS A Te-FKINCIPAL-- R.O. Box res TX. 75229 s SURETY SAFECO INSURANCE COMPAN~ OF ERICA BY: AffU4~IL h ney- n- t Stev P. Passey I 2701 N. Central ressvay Richardson, Tx 75060 I (Address) I WITNESS AS To SURETY 2701 N. Central Expressway, i NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED. DATE OF BOND MUST NOT BE PRIOR TO DATE OF CONTRACT. j w l { CONTRACTOR'S PERFORMANCE BOND/PAGE S i i • ~ti s, f a f1 j t I.' r , E ' I Bond #5535241 ' 1378L i - PROJECT NO. CONTRACT NO. CONTRACTOR'S PAYMENT BOND THE STATE OF TEXAS S KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENFON S j Jeske Construction Company That Dallas of Dallas County l Texas hereinafter called "Principal" and SAFECO INSURANCE COMPANY OF I AMERICA , a corpo- ration organized under the laws of the State ofwAshington A 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 Commonwealth Mortgage Corporation i f hereinafter called "Developer", k and unto all persons, firms and corporations who may furnish materials or perform labor for the building or improvements here- inafter referred to in the penal sum of one hundred, four thousand, } six hundred sixty-four dollars and eighty cents (s 104,664.80 ) lawful money of the United States, to bt paid in Denton County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. } THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered into a certain contract with Developer dated 14 November gg as of the day of _ 19(the „Contract"), i r 1C ~ 1 a copy of which is attached hereto and made a part hereof, for construction of water, sanitary sewer, and drainage improvements i to serve Teasley Plaza Addition an Addition to the City o Denton, Denton County, Texas; i NOM, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants, as defined in Article 5160, Revised Civil Statutes of Texas and all claimants as that term is used in Article S472d, Revised Civil Statutes of Texas, as recodified in Chapter S3, Subchapter I of the Texas Property Code, supplying labor and materials in the prosecution of the work provided for ik said Contract, then this obligation shall be null and void, otherwise, it shall regain in full force and effect. This Bond is made and entered into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, and all such claimants shall have a direct right of action under the bond as provided in Article S260 Revised Civil Statutes and Article 5472d, Revised Civil Statutes, as recodified in Chapter $3, Subchapter I of the Texas Property Code, as the case may be. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, Texas. The said i 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 to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on CNis 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 or to the specifications. f PROVIDED FURTHER, that no final settlement between the City and/or Developer and the Principal shall abridge the right of f any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in tripli- cate, each one of which shall be deeded an original, this the l4 day of November 19 88 i PRINCIPAL 3 Jeske Construction Company t I CONTRACTOR'S PAYMENT BOND/PAGE 2 i i k - /J. BY: SECRETARY` P A P.O. x 59025 )all Texas (Address) A~ } P.O. Box 59025 Dallas, Tx. 75229 LA ress SURETY SAFECO INSU CE COMPANY OF ICA i t rlfi BY: ! orney- n- a t ETARY (SURETY) Steven F Passey 2701 N.-Central Expressway Richardson, Tx 75080 [Address) i VMRSS A I 2701 N. Central Expressway RirhArAgn A ress f NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED. DATE OF BOND F MUST NOT BE PRIOR TO DATE OF CONTRACT. i I _ E CONTRACTOR'S PAYMENT BOND/PAGE 3 ' i i f E~ 05535241 Bond 07b3L i , i PROJECT NO. CONTRACT NO. i CONTRACTOR'S MAINTENANCE BOND (DEVELOPMENT CONTRACT) THE STATE OF TEXAS 9 KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENTON E That Jeske Construction Company r t I of Dallas County, Texas, hereinafter called Principal and SAFECO INSURANCE COMPANY OF AMERICA a orporat oa organ ze under t e, aws o the State o k uthorized to do business in the State of Texas, here na ter and authorized' called "Surety", are held and firmly bound unto the City of Denton, Texas, a Municipal Corporation, in Denton County, Texas, hereinafter called "City"in the penal sum of ten thousand four hundred i ` t i 1 sixty-six dollars and forty-eight cents (-k 10,466.48 ) Do acs, aw u money o t e Un to States, the sa sum be ng ten percent (10%) of the total amount of the hereinafter men- tioned contract, for the payment of which sum well and truly to k be made we bind ourselves, our heirs, executors, administrators, I and successors, jointly and severally. THE Condition of this Obligation is such that: WHEREAS, the Principal entered into a certain contract with Contractor, dated the 14 day of \ovember 19 88 in t the proper performance of which the City o Denton, Texas, has an interest, a copy of which is hereto attached and made a part hereof, for the construction of: { water, sanitary sewer, and drainage inprovemenLS ' E l i, CONTRACTOR'S MAINTENruvCE BOND-PAVE ONE i I i 1 l f MW -mm- NOW, THEREFORE, if the Principal shall well, truly, and faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (1) year from the date of acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited to, any settling, breaking, cracking or other defective condition of any of the work or part thereof arising from improper excavation, backfilling, compacting or any other cause or condition, known or unknown, at any time during the period of this bond, which the city engineer, whose judgment shall be final and conclusive, deter,~ines 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 determined herein, it is agreed that the City may do said work and supply such materials as necessary and charge the sum against the said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued I one against the Principal and Surety and that successive E 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. i PROVIDED, further, that if any legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this instrument is executed in tripli- cate, each one of which shall be deemed an original, this the 14 day of Novenber , 19 88 ` i PRINCIPAL SURETY f Jeske Construction Company SAFE NSURANCE COMP OF AMERICA `F BY: O. BY: l{/ RNE -I - St n F. Passey ' F. CONTRACTOR'S MAINTENANCE BOND-PACE TWO i t I 4 i i 11 f I NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED. DATE OF BOND MUST NOT BE PRIOR TO DATE OF CONTRACT. j ATTEST: j SECRETARY j f~ r CONTRACTOR'S MAINTENANCE BOND-PAGE THREE t t ~ 7_• i l 1. r r SAFECO INSURANCE COMPANY OF AMERICA POWER OF GENERAL INSURANCE COMPANY OF AMERICA ATTORNEY HOME OFFICE SAFECO PLA2A SA.+0 SEATTLE, WASHINGTON 98185 No 4105 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OFAMERICA,each a Washington corporation, does each hereby appoint EY-----------~~~~------------ --STEVEN F. PASS its true and lawful attorrwIrt0in-foct, with full authority to execute on its behalf fidelity and surety bonds or undertakings and otherdocumenis of a similarcharacter issued in the course of its business, andto bind the respective company thereby. 11 E IN WTTNESS WHEREOF, SAFECO INSURANCE COMPANY OFAMERICA andGENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 15th day of May 19 81 1 CERTIFICATE Extract from the 8y-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS the President, any Vke President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact of under other appropriate titles with authority to execute on tease ofthe its company fidelity and surety bonds and other documents of similar character issued by the company In thie business, On any Instrument making orevidencing such appointment, the signatures may be affixedby facsimile. On any Instrument oonferring such authority or on anybondor undertaking of the company, the seat, or a facsimile thereof, may be impressed or affixed or In any other mannef reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA t and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On arty certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and { (i7 A copy of the power-of-attorney appointment, executed pursuant thereto, and 1 {iii) Certifying that said power-of-attorney appointment is in full force and effevrt, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, W.D. Hammersla, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws andof a Resolution of the Boardof ti Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true andcorrect, andthat both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. l IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation i this 14th day of November 1988 I i 597< R99/xl "TED M U$A I i~ i .i, -i I I, V EXHIBIT SECTION 00300 PROPOSAL TO COMMONWEALTH FINANCIAL _ FOR THE CONSTRUCTION OF i j TEASLEY PLAZA IMPROVEMENTS I IN DENTON,TEXAS The undersigned, as bidder, declares that the only person or parties interested In this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items Incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications In the manner prescribed herein and according to the requirements of the City as therein set forth. It Is understood that the following quantities of work to be done at unit prices are ~r approximate only, and are Intended principally to serve as a guide in evaluating bids. It Is agreed that the quantities of work to be done at unit prices and material to be furnished may be Increased or diminished as may be considered necessary, In the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of whether increased or decreased are to be performed at the unit prices set forth below except as provided for In the specifications. ) It is further agreed that lump sum prices may be increased to cover additional work 1 ordered by the City, but not shown on the plans or required by the specifications, In 1 accordance with the provisions to t". General Conditions. Similarly, they may be decreased to cover deletion of work so ordered It is understood and agreed that the work Is to be completed In full in 60 work days. f Owner reserves the right to reject any and all bids. Owner may Investigate the prior performance of bidder on other contracts, either public or private, In evaluating bid proposals. Should bidder alter, change, or qualify any specifications of the bid, Owner may automatically disqualify bidder. The undersigned hereby j required, In strict accordance with the plans and speciform all work of whatever nate ffi ation% for the following sumuror prices, to wits SEE ATTACHED ITEMIZED SHEETS I 3 f' I ~ P-1 00300/3494-2 i I i • i A1.LII FOMMAL 7PASM PLAZA INPTOMMC3 did PCOM & POMULS PliGINP.Ot L'Ip1YQZi?71 PIitP(PAL PACE 1 OF 6 PAVING AMID MAINA M DVYOVIjVWM ITEM QjwlTY tNIT LESCRIPTICN INIT PRICE AMXM { 102 l IS For unclassified Including on-site drive aoftexcess useable fill material at location determined by Owner and off-site disposal of spoil material, including all labor, materials, tools, excavation, backfill and final cleanup. Four Thousand Eight Hundred dollars and no cents per lump sum, complete in place. $4.800.00 $4,800.00 201 i5 SY For removing existing reinforced concrete pavement, Including all labor, materials, tools, excavation, backfill and final cleanup, Eleven dollars I and no cents per square yard, complete in place. $11.00 5165.00 401 1730 SY For Installing 6-Inch reinforced concrete paving, Including all labor, materials, tools, reinforcing steel, excavation, backfill and final cleanup. Sixteen dollars and Eighty cents j per square yard, complete In place. $16.80 $29,064.00 404 59 LF For installing 6-Inch, 3000 P.S.I. i reinforced Integral curb including all labor, materials, tools, excavation, I ! baekfill and final cleanup. 3 Two dollars and no cents ;2.00 5118.00 per near foot, cane ete in place. _ $14 20057 3Y Lime stabilized subgrade, including E labor, materials, tools, excavation, backfill and final cleanup. i} Three dollars E f and ten cents per square yard, complete In place. $3.10 $6,376.70 k P-2 i{. t. bid-&/3494/1 i i f i, i, I 03WAIi1FALTA FIIAPCIAL TFASLEY PLAZA Im?rDVPbHr'IS - PCWL dm FOACUs ffiiDll4si M i7f] UZEn PIcpCAL PACE 2 tF 6 171M QLAM INIT DESCRIPTICN WIT PRICE TOTAL, 515 33 TN 1'ME "A" hydrated lime, Including all labor, materials, tools, excavation f backfill and final cleanup. Seventy dollars I and no cents per ton, complete in place. $70.00 $2,310.00 600 2528 SF For furnishing and installing 4-inch t 2000 P.S.I. reinforced concrete sidewalk J Including all labor and materials, tools, special equipment, excavaticn, backfill and fina; cleanup. Two dollars and twent cents per square foot, complete in place. $2,20 $5,561.80 604 69 LF For sawed breakout groove for pavement removal, Including all labor, 3 materials, tools, excavation, backfill and final cleanup. } Two dollars and no cents per linear foot, complete In place. $2.00 $138,00 j 1002 40 LF For furnishing and installing 18-Inch Class IV reinforced concrete pipe, including all labor, materials, tools, excavation, embedment, backfill and final cleanup. f Thirty dollars and no cents ' per linear foot, complete In place. $30.00 $1,200.00 1006 117 LF For furnishing and installing 30 inch Class 1V reinforced concrete pipe, ' including all labor, materials, tools, special equipment, excavation, backfill and final cleanup. Forty dollars and no cents per linear foot, complete in place. $40.00 $4,680.00 j ~ f P-3 } bid-a/349411 11 Y I l ` i 4 024CNWALTH FIIi4N AAL 17ASLF.Y KAM IbP1 VH*NM POWM PCWMV f3V lmm I1F71tIZFn PII<Pf)riAL PACE 3 CF 6 1741 Q14.'7fi7Y MIT fY:4(R:P'f1(N MIT PRIM TOTAL 1201 1 EA For furnishing and installing 10-foot standard curb Inlet, including all labor, 4 materials, tools, special "Irnent, - i excavation, backfill and final clean up. Two Thousand dollars and no cents each, complete in place. $2,000.00 $2,000.00 1356 l 1S For furnishing and installing erosion control measures in accordance with the City of Denton Specifications, including all labor, materials, tools, t special equipment, excavation, backfill, and final cleanup. a Three Thousand One Hundred dollars and no cents per lump sun, complete in place. $3,100.00 $3,100.00 1989 2 EA For furnishing and installing Safety End Treatment per SEMPT Specifications, Including all labor, materials, tools, excavation, backfill and final cleanup. Five Hundred dollars and no cents each, complete in place. $500.00 $1,000.00 I StBA7TAL FO1 PAVING AND rRAIK4(F. INP11"EMNi5 $60.513.30 f ' I j ~ 1 i ~ r i i. bid-x/3494/1 P-4 1"~ lU2rIIi41EAL>}i FI3iANC1AL MSIEY PIA2:A IIPIit7VPl~f'Nl8 POWIL & ~L, ITEIIQZEI? P1CFl38AL .i ENGUEM PACE 4 OF 6 VR+IM AND SANITARY SEHM IMPII<7VHVFXIS ITIM QUMTIT MIT C UUPTI(N LI1IT PRICE AM)W 1 1 IS For furnishing and installing all sheeting, shoring, bracing, sloped trench excavation, or any other device or system required by the Contractor's Trench Safety Plan, Including all labor, materials, tools, excavation, backfill and final cleanup. Eight Hundred Eighty dollars and no cents per lure sujn, eomrplete In place. $880.00 $889.00 3008 59 LF For furnishing and installing 6-inch, DR 18 polyvinyl chloride water pipe, including all labor, materials, tools, excavation, bickfill and final cleanup. We1ve dollars and no ecnts per linear foot, complete In place. $12.00 ;708.00 v 3012 715 LF For furnishing and installing 8-inch, III 18 polyvinyl chloride water pipe, Including all labor, materials, tools, excavation, backfill and final cleanup. Fourteen dollars and Seventy cents per linear foot, complete in place. $14.70 $10.510.50 3025 2 EA For furnishing and Installing 6-inch ~I gate valves, Including all labor, materials, tools, excavation, backfill and final cleanup. i Four Hundred Fifteen dollars and no cents each, complete in piece. $415.00 =830.00 3032 1.8 IN For furnishing and installing cast iron fittings, Including all labor, materials, tools, excavation, backfiil and final cleanup. i { Two Thousand One Hundred Elghty dollars and no cents per ton, complete in place. 521180.00 $3,488.00 P-5 bid-b/3494-1 ~I 1 ' 1 , r CaWA2MALIH FIIMCM ITMIEY PLAZA IWFDIHMM PCW11 & PC1 LLI EIi amm 17S TM) MPOSAL PACE 5 Cr 9 ITIM Qumm WIT DFSCWPTICN UNIT PRICE AJI XW 3033 5 FA For furnishing and installing standard fire hydrant, including all labor, materials, tools, excavation, backfill and final cleanup. One Thousand dollars and nd cents each, complete in place. ;1,000.00 $5,000.00 3059 570 LF For furnishing and Installing 8-inch polyvinyl all chloride materials,etools, excavation, backfill and final cleanup. Fifteen dollars 1 and Thiri cents f per linear foot, complete in place. $15.30 $8,721.00 3075 2 EA For furnishing and installing 6-Inch PVC sanitary sewer lateral with plug, including all labor, materials, tools, excavation backfill and final cleanup. I Four Hundred Ten dollars and no cents each, complete in place. $410.00 $820.00 3076 1 EA For furnishing and Installing sanitary sewer cleanout, including all labor, materials, tools, excavation, backfill and final cleanup. 3 j Four Hundred Ten dollars and no cents each, complete In place. $410,00 $410.00 ! 3077 4 FA For furnishing and Installing a 4-foot diameter manhole Including all labor, materials, tools, excavation, embedment, ! backfill and final cleanup. I One Thousand Five Hundred dollars and no cents 1 each, complete in place. $1,500.00 $6,000.00 P-6 bid-b/3494-1 s I, IFASIEY PIAM 110PFa/H1' M awam I.TH FINANCIAL ITPh ZED PFFOPCRAL s Pt3MM do Pl1MELL, ENGINEFR PAM 6 OF 6 _ ` WIT PRICE TOTAL r` 1M c&WrlT'Y iNIT MCRiYCICtz 3079 1 FA For furnishing and installing a 5-toot _ diameter manhole including all labor, materials, tools, excavation, enbednent, backfill and final cleanup. Two Thousand Fifty dollars and no cents each, complete in place. ;2,050.00 $2.050.00 3090 133 SY For removing and replacing existing reinforced concrete paving, including all labor, materials, tools, special i equipment, excavation, backfill and j final clean up. Thirty-Three dollars acid no cents per square yard, complete in place. $33.00 $4,989.00 I 3095 3 CY For furnishing and Installing 2,000 psi concrete for Class G sanitary sever pipe, erbe<lnent, including all labor, materials, tools, special equipment, excavation, l%ackfill and final cleanup. Ninety dollars and no cents $270.00 j per cubic yard, complete in place. WAD 3343 3 FA For furnishing and installing an is-Inch t sanitary sewer pipe plug Includiq, all labor, materials, tools, special equipment, excav,itlon, backfill, and final cleanup. i TlrentY-FiVe dollars f and no cents I each, complete in place. S 25.00 $75.00 I SWTOrAL FCR MTLR & SEFF.R INIPFO WIS $44,151.50 TO)4'AL AMOtW CF 13111 FOR AIL IWFOM4,NM $104.664.80 f~ r P-7 bid-b/3494-1 i l~ I BiDSUMMARY For the Total Price of One Hundred Four Thousand Six Hundred Sixt -Five Dollars and Twenty. Cents ($104 665.20 • which shall be equaf to the sum of the proposed unit prices for each separately identified construction item listed In the attached itemized unit price bid forms times the estimated quantity of each Item as indicated. The estimated quantities of Items of unit price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an Initial Contract Price. 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 Instoe and of ell rawt e the work until final completion and acceptance, and to guarantee payment clalms for labor performed and materials furnished In the fulfillment of the contract. accordance with the tplans and spec fic be done shall be accepted when fully completed and finished in The work The undersigned certifies that the bid prices contained in this proposal have been care- fully checked and are submitted as correct and final. NOTE:--Unit and lump sum prices must be shown In words and figures for each item listed In this proposal, and in the event of discrepancy, the words shall control. Should ItIs reserved to ems in the lowest work donep de under und this b1d mt ted by anon any y other bidders ornltted~ the the right proposa- Receipt Is ereby acknowledged of the following addenda to the contract documents: Addendum No, 1 dated Received Addendum Na 2 dated Received h Addendum No. 3 dated Received l Addendum No. 4 dated Received + I Addendum No. 5 dated Received I Signed I (Seal - if bidder Is a corporation) By: Title P-8 P/3484-1 r I I T 1{: I f ATTEST: -P.O. Box 59025 } Street Address i Dallas TX 75229 Serf/ (city, state and z 7p7 Subcontractors (will) (WUMt) be used in the performance of this Contract, CONTRACTOR VV tts By: (Seal - if Bidder is a corporation) ATTEST I f ff { i f ~ I i~ 1 f i f F P-0 i P/3494-1 i F 6~ - ti E 444-f 14, I ]F E i IJZLI= I i i Lazr= LIZL= c I t l • E f i r i i ,r i j F 'r t f Ii . I J 1yy ~ r~ G1,, J1 PROJECT NO. 2 b -~T CONTRACT NO. 1&3 THE STATE OF TEXAS S DEVELOPMENT CONTRACT _ COUNTY OF DENTON S Denton Independent School District Whereas, hereafter referred to as "Owner,'' whose business address is 1301 North Locust, Denton, Tx 76201 , is the owner of real property located in tha corporate limits i of the City of Denton, or Its extraterritorial jurisdiction; and Whereas, Owner wishes to develop the property and such development must be performed in accordance with the applicable ordinances of the City of Denton, hereafter referred to as "City"; and Whereas, as a condition to the beginning of construction of said development, a development contract is required to insure that all streets, water and sewer lines, drainage facilities and other improvements which are to be dedicated to the public, hereafter referred to as "Improvements," are constructed In i 3 I accordance with the City's specifications, standards and ordinances; and i [select applicable provision as follows] : 1 J -XI Whereas, the Owner elects to construct the Improvements without contractor with another party as prime contractor, in I which case the provisions of this contract which refer to 1r "Owner" of "Contractor" shall mean the Owner as namod above; or i PAGE 1 "t i I F whereas, the Owner elects to make such Improvements hereafter set forth by contracting with whose business address is hereafter referred to as "Contractor"; and Whereas, Owner and Contractor recognize that the City has an interest in insuring that the Improvements subject to this agreement, whi4h will, upon completion and acceptance by the City, becote public property, are properly constructed in accordance with the City's specifications and that payment is made therefor; I WITNESSETH As to the Improvements to be dedicated to the public, as specified in Exhibit A, attached hereto and Incorporated by reference, to be installed and constructed at Borman Elementary School 2424 Parvin, Denton, Tx 76205 f the Owner, Contractor and City, In consideration of their mutual promises and covenants contained herein, agree as follows: 1. Covenants of Contractor. Contractor agrees as follows: (a) Specifications. To construct and install the Improvements in accordance with the procedures, specifications ILI and standard contained in Division II and III of the City's Standard Specifications for Public works Construction, North Central Texas, as amended, and all addendums thereto, and all other regulations, ordinances or specifications applicable to PAGE 2 I k Vi _ - T I OW such Improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference ` and being made a part of the agreement as though written herein. ' (b) Authority of City Engineer; Inspections, Tests and 1 orders. That all work on the Improvements shall be performed in a good and workmanlike manner and to the satisfaction of the I City Engineer of his representative. The City Engineer shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, and the j interpretation of specifications. f The Contractor shall furnish the City Engineer or f his representative with every reasonable facility for ascer- taining whether or not the work performed was in accordance with the specifications applicable thereto. Any work done or materials used without Suitable inspection by the City may be ordered removed and replaced at Contractor's expense. Upon failure of the Contractor to allow for E inspection, to test materials furnished, to satisfactorily repair, remove or replace, if so directed, rejected, unauthor- ised or condemned work or materials, or to follow any other request or order of the City Engineer or his repres-rotative, the City Engineer shall notify the owner of such failure and i may suspend inspections of such work until such failure is remedied. If such failure is not remedied to the satisfaction 1 of the City Engineer, the City shall have no obligation under F this agreement to approve or accept the Improvements. PAGE 3 (c) Insurance. To provide for insurance in accordance with the insu>ance requirements applicable to contractors as provided for In Item 1.26 of Division 1 of the Standard Specifications for Public Works Construction, North Central Texas, as amended, the provisions of which are expressly incorporated herein by reference; provided, Sowever, for purpose of this: provision only, "Owner," as used therein, shall mean the City of Denton. (d) Means en; Methods of Construction. That the means and methods of construction shall be such as Contractor may l choose; subject, however, to the City's right to reject any Improvements for which the means or method of construction does not, in the judgment of the City Engineer, assure that the Improvements were constructed in accordance with city specifications. 2. !Mutual Covenants of Owner and Contractor. Owner and Contractor mutually agree as follows: (a) 'Performance Bonds; Escrow Agreement. That If building permits are to be issued for the development prior to completion and acceptance of all improvements that are to be dedicated to the public, the following security requirements ` shall apply, unless the development is a "one lot development," as defined by City's Development Code: (i) a performance bond in an amount not less than the amount necessary to complete the Improvements, as determined by the City Engineer, shall be submitted guaranteeing i the full and faithful completion of the f PAGE d 1 j i i t Improvements meeting the specifications of the City, shall be In favor of the City, and shall be executed by a surety company authorized to do business in the State of Texas, or, (ii) if the cost of completing the Improvements, at the time building permits are requested, is in an amount of $S0,000 or less, as determined by the City Engineer, cash money in the amount necessary to complete the Improvements, as determined by the City Engineer, may be deposited with a bank as escrow agent, pursuant to an escrow agreement insuring completion of the Improvements. Without exception, the City's escrow agreement form shall be used. (b) Payment Bond; Assurance of Payment. That prior to acceptance of the Improvements: (i) a payment bond will be furnished in an amount not less than one hundred percent (1001) of the approximate total cost of the contract cost of the Improvements guarantee- ing the full and proper protection of all claimants supplying labor and material for the construction of the Improvements, shall be in favor of the City, and shall be executed by an approved surety company authorized to do business in the State of Texas; or, (11) if the total contract amount of all Improvements is $501000 or less, as determined by the City Engineer, or the Improvements, 'regardless of the contract amount, are for a "one lot development," as j defined by City's Development Code, and a payment bond- has not been submitted in accordance with (1) above, owner and Contractor agree and guarantee that any and all debts due to any person, firm or corporation having furnished labor, material l or both in the construction of the Improvements shall be fully paid and satisfied before acceptance of the Improvements by the City and that prior to acceptance of the Improvements, the Owner f and Contractor shall furnish a written affidavit, in a form provided by the City PAGE S i I 1 I T . i Engineer, stating that all bids, charges, accounts or claims for labor performed and material furnished in connection with the construction 'of the Improvements have been paid in full- and that there are no unre- leased recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. i That, upon the request of the City Engineer, Owner of Contractor shall furnish a complete list of all subcontractors who performed { labor on, or supplied material for, the construction of the Improvements, and, when requested, written statement from any or each of such subcontractors or suppliers that they have been paid in full. c Retainage, ; Final Payments. (This provision (c) applies only where the Owner and Contractor are not he same party.) That as security for the faithful completion of the Improvements, Contractor and Owner agree that the Owner shall retain ten percent of the total dollar amount of the contract price until after final approval or acceptance of the improvements by the City. The Owner shall thereafter pay the Contractor the retainage, only after Contractor has furnished i to the Owner satisfactory evidence that all indebtedness s connected with the work and all sums of money due for labor, materials, apparatus, fixtures or machinery furnished for and used in the performance of the work have been paid or otherwise ~ G satisfied. (d) Encumbrances. That upon completion and approval or acceptance of the Improvements of the City, the Improvements f shall become the property of the City free and clear of all i ,I { r ~ liens, clairs, charges or encarbrances of an } acceptance of Y kind. If, after the Improverents, any claim i lien, charge or ~ encumbrance is Dade or found to exist, against the ~ lAproveaents, or land ded#cated to the Cit affixed, the Owner and Contractor shall upon'noticeibh they are prorptly cause such clafa lien char a or encurabrancehto ity 8 be ~ satisfied and released or promptly post a bond with the City in the arount of such clair, Iien, charge or encumbrance, in favor of the City, to insure payrent of such cIair, lien, charge or encumbrance. (e) Hatntenance Bond. That acre tance Prior to approval or p of the Irproverents : b ' Y Lhe City, to furnish a ralntenance bond in fort and substance acceptable to the Clty, in the aaount of ten percent (101) of the contract aaount of the•Irprorerents, insuring the repair and replaceeent of all defects due to faulty raterial and . workoaaship that appear within one year fro■ the date of acceptance. The bond shall be 1 in favor of•the Clty and shall be executed by an a ' surety coapany authorized to do business in the State of Texased {f) Indernlflcation. To indernif ` Ys defend and save harness, the City, its officers agents and erployees from all • suits, actions or claims of any character, nape and description ~ brought for or on account of any injuries or darages received 1 ~ { as sustained by any s person, persons or property on account of ~ the operations of the Contractor, his agents, erployees or subcontractors; or on account of any negligent act of fault of ~ r PAGE 7 1. ~ - • ~ i 'i i i ~ ~ r the Contractor, his agents, employees or subcontractors in construction of the improvements; and shall pay any judgment, with costs, which may be obtained against the City growing out of such injury or damage. _ i (g) Agreement Controllin . That the provision of this t agreement shall control over any conflicting provision of any contract between the Owner and Contractor as to the construction of the Improvements. 3. Occu anc • One Lot Developments. Owner further agrees as follows: (a) That Owner will not allow any purchasers, lessee, or other person to occupy any building within the development until all Improvements are completed and accepted by the City, + and that upon violation thereof will pay the City 530000.00 as liquidated damages, but such payment shall not be deemed f approval of such occupancy and the City may take whatever I action necessary to restrain such occupancy. (b) That if this contract applies to a "one lot development," ps defined by City's Development Code, and no performance or payment bond was required or submitted for the t t Improvements that are to be dedicated to the public, the Owner j shall not be issued a Certificate of Occupancy for any building t I constructed or located therein until all required public improvements have been completed and accepted in accordance ! with this contract. 1 4. Covenants of Cltv, That,, upon E proper completion of the i improvements in accordance with this agreement, the City agrees PAGE, g j t i 's ~ to accept the improvements. 5. Venue and Governing Lax. The parties herein agree that this contract shall be enforceable in Denton County, Texas, and ` s if legal action is necessary In connection therewith, exclusive _ ' venue shall lie in Denton County, Texas. The terms and provisions of this contract shall be construed in accordance with the laws r 1 i and court decisions of the State of Texas. 6. Successor and Assigns. This contract shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns.. Executed ip triplicate this; 14 day of December 19 68. r OWNER CONTRACTOR 4 BY: BY: CITY OF DENTON, TEXAS BY: ITT MANAGER ATTEST: a ALTLKbp CITY S t'krlwkY t i, APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY F f PAGE 9 t i e 'I 1 r. t 1 i i i INAIRIZAA F. i I ' t. I.~ 1 ' I , 1 J I • T r r PROJECT NO. g-p ' CONTRACT NO. O THE STATE OF TEXAS § COUNTY OF DENTON DEVELOPMENT CONTRACT Whereas, Grice,Temple Baptist Church hereafter referred to as "Owner," whose business address is 1106 }lest Oak Street, Denton, TX 76201 is the owner of real property located in the corporate limits of the City of Denton, or its extraterritorial jurisdiction; and Whereas, Owner wishes to develop the r property and such ' A` develo went must be P performed in accordance with the applicable ` ordinances of the City of Denton, hereafter referred to as "City"; and i E Whereas, as a condition to the beginning of construction of i E r f said development, a development contract is required to insure that all streets, water and sewer lines, drainage facilities and other improvements which are to be dedicated to the public, hereafter referred to as "Improvements," are constructed in % gccordance with the City's specifications, standards and ordinances; and ' (select applicable provision as follows] , ( ] Whereas, the Owner elects to construct the Improvements without contracting with another party as prime contractor, in y, .a t,f+ 1 1 1 1 which case the provisions of this contract which refer to "Owner" _ or "Contractor"'shall mean the Owner as named above; or 1, O Whereas, the Owner elects to make such Improvements here- after set forth by contracting with Larry Manning, inc. whose business address is RFD_fl Denton, Tx 76201 , hereafter referred to as "Contractor"; and Whereas, Owner and Contractor recognize that the City has an I interest in insuring that the Improvements subject to ;this i agreement, which will, upon completion and acceptance by the City, }J become public property, are properly constructed in accordance with the City's specifications and that payment is made therefor; WITNESSETH As to the Improvements to be 'dedicated to the public, as specified in Exhibit A, attached hereto and incorporated by f reference, to be installed and constructed at Grace Temple Baptist Church, 1106 west Oak Street, Denton, t% 76201 Grace Teaole Avenue Street Construction the Owner, Contractor and City, in consideratiun of their mutual ! promises and covenants contained herein, agree as follows; j 1. Covenants of Contractor. Contractor agrees as follows: (a) Specifications. To construct and install the Improve- ments in accordance, with the procedures, specifications and PAGE 2 ' I E k ~ i I standard contained in Division IT and III of the City's Standard Specifications for Public Works Construction, North Central Texas, as amended, and all addendums thereto, and all other regulations, ordinances or specifications applicable to such Improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as though written herein. (b) Authority of City Engineer; Inspections, Tests and Orders. That all work on the Improvements shall be performed in a f good and workmanlike manner and to the satisfaction of the City Engineer or his representative. The City Engineer shall decide all o- ` j questions which arise as to the quality and acceptability of materials furnished, work performed, and the interpretation of spo:cificdtions. The Contractor shall furnisli the City Engineer or his representative with every reasonable facility for ascertaining whether or not the work performed was in accordance with the specifications applicable thereto. Any work done or materials used without suitable inspection by the City may be ordered ! removed and replaced at Contractor's expense. E Upon failure of the Contractor to allow for inspection, to test materials furnished, to satisfactorily repair, remove or replace, if so directed, rejected, unauthorized or condemned work or materials, or to follow any other request or order of the City f PAGE 3; i i. i. f, r: L _ I i Engineer or his representative, the City Engineer shall notify the Owner of such failure and may suspend inspections of such work until such failure is remedied. If such failure is not remedied. to the satisfaction of the City Engineer, the City shall have 'no obligation under this agreement to approve or accept the Improvements. (c) Ins e, To provide for insurance in accordance with the insurance requirements applicable to contractors as provided for in Item 1.26 of Division I of the Standard Specifications ~ for Public Works Construction North Central Texas, as amended, the provisions of which are ! expressly incorporated herein by -1 I reference; provided, however, for purpose of this provision only, { "Owner," as used therein, shall mean the City of Denton. i (d) beans and Methods of Construction. That the means and methods of construction shall be such as Contractor may choose; subject, however, to the City's right to reject any ; Improvements for which the means or method of construction does not, in the ` judgment of the City Engineer, assure that the Improvements were 4 constructed in accordance with City specifications. 2. Mutual Covenants of Owner and Contractor. Owner and { Contractor mutually agree as follows: ` ! i ~z) Performance Bond Escrow Agreement. That if building permits are to be issued for the development prior to completion I PAGE 4 I~ ~ 1 f t f and acceptance of all Improvements that are to be dedicated to the { public: (i) a performance bond in an amount not less than the amount necessary complete the determined by he City Engineer, ov shall be submitted guaranteeing the full and faithful completion of the Improvements meeting the specifications of the City, shall be in favor of the City, and shall be executed by an approved surety company authorized to do business in the State of Texas; or (ii) if the cost of completing the Improvements, at the 1 time building permits are requested, is in an amount of $50,000 or less, as determined by the City Engineer, cash money in the amount necelgary to complete the Improvements, as determined by the City Engineer, may be deposited with a bank as escrow agent, pursuant to an escrow agreement insuring completion of the Improvements. Without exception, the City's escrow agreement form shall be used. (b) Payie nt Anna' Assurance of Payment. That prior to acceptance of the Improvements: (i) a payment bond will be furnished in an amount not less than one hundred percent (100x) of the approximate total cost of the contract cost of the Improvements guaranteeing the full and proper protection of all claimants supplying labor and material for the construction of the Improvements, } shall be in favor of the City, and shall be executed by an approved surety company authorized to do business in the State of Texas; or i (ii) if the total contract amount of all Improvements is less than $50,000 and a payment bond has not been submitted in accordance with (i) above, Owner and Contractor agree and guarantee that any and all debts due to any person, firm or corporation having furnished labor, material or both in the construction of the Improvements shall be fully j paid and satisfied before acceptance of the { PACE 5 I , I Jr G j Improvements by the city and that, prior to acceptance of the Improvements, the owner and Contractor shall furnish a written affidavit, in a form provided by the city Engineer, stating that all bids, charges, accounts or claims for labor performed and material furnished in connection with the construction of the Improvements have been paid in full and that there are no unreleased recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. Thar, upon the request of the City Engineer, owner or Contractor shall furnish a complete list of all subcontractors who performed labor on, or supplied material for, the construction of the Improvements, and, when requested, a written statement from any or each of such subcontractors or suppliers that they~4ave been paid in full. (C) Retainage• Final Payments. (This provision (c) applies only where the Uwner and Contractor are not the same party.) That as security for the faithful completion of the Improvements, Contractor and vdner dyree that the Owner suali retain ten percent I of the total dollar amount of the contract price until after final approval or acceptance of the Improvements by the City. The owner shall thereafter pay the Contractor the retainage, only after contractor has furnished to the Owner satisfactory evidence that all indebtedness connected with the work and all sums of money due R ! for labor, materials, apparatus, fixtures or machinery furnished for and used in the performance of the work have been paid or otherwise satisfied. (d) Encumbrances. That upon completion and approval or Y! acceptance of the Improvements of the City, the Improvements shall i PAGE 6 i r ► f i 4. i dlW become the 'property of the City free and clear of all liens, claims, charges or encumbrances of.any kind. It, after acceptance of the improvements, any claim, lien, charge or encumbrance is made, or found to exist, against the improvements, or land dedicated to the City, to which they are affixed, the owner and contractor shall upon notice by the City promptly cause such claim, lien, charge or encumbrance to be satisfied ana released or promptly post a bond with the City in the amount of such claim, lien, charge or encumbrance, in favor of the City, to insure payment of such claim, lien, charge or encumbrance, (e) Maintenance Bond. That prior to approval or acceptance of the Improvements by the City, to furnish a maintenance bond in form and substance acceptable to the City, in the amount of ten E percent (101) of the contract amount of the Improvements, insuring the repair and replacement of all detects due to faulty material and workmanship that appear within one year from the date of acceptance. The bond shall be in favor of the City and shall be executed by an approved surety company authorized to do business in the State of Texas, i (f) Indemnification, To indemnify, defend and save 1 I, harmless the City, its officers, agents and employees from all i I suns, actions or claims of any character, name and description brought for or on account of any injuries or damayes received as sustained b an y any person, persons or property on account of the E PAGE 7 , t. J. s: i ~ 1 -•r T - r . r 5ypr~~ I i I operations of the Contractor, his agents, employees or sub- contractors, or on account of any negligent act or fault of the Contractor, his agents, employees or subcontractors in construction of the Improvements: and shall pay any Judgment, with costs, which may be obtained against the City growing out of such injury or damage. (g) A reement Controllin , That the provisions of this agreement shall control over any conflicting provisions of any contract between the Owner and Contractor as to the construction of the Improvements. a J 3, Occupancy, Owner further agrees that Owner will not allow ! any purchasers, lessee or utner person to occupy any buildiny within the aevelopment until all Improvements are completed and E accepted by the City, and that upon violation thereof will pay the ? City $31000.UU as liquidated damages, but such payment shall not l oe deemed approval of such occupancy and the City may take what- ever action necessary to restrain such occupancy, i 4, Covenants of City. That, upon proper completion of the i Improvements in accordance with this agreement, the City agrees to accept the Improvements, i S. Venue and Governing Law, The parties herein agree that E this contract shall be entorceaole in Denton County, Texar, and if legal action is necessary in connection therewith, exclusive venue j' I PAGE 8 { r i i 'i J R 1 shall lie in Denton County, Texas, The terms and provisions of this contact shall be construed in accordance with the laws and court decisions of the state of Texas. b. Successor and Assigns. This contract shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns. Executed in triplicate this,j day of AbA4!X , 19_1 OWNER CONTRACTOR j ' Grace Teeple Baptist Church Larry Manning, Inc. BY: BY. rI r,CJd I E CITY OF UENTON, TEXAS E i { BY. C44; R ATTEST: CITY SECRETARY DE TON, TEXAS C MO APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY f CITY OF DENTON, TEXAS ! - k I~ PAGE 9 j I 1 l J s. 1 i i t EXHIBIT A L STREET PAVING for Grace Temple Avenue I f 1 n'tPrice a ~ i 1 Excavation S/LS Lump Sum S D~.GO I Street Intersections _$/LS Lump Sum Lo, go Lime Stabilization 9,00 S/SY 1144 SY ro Hydrated Lime 90, oo S/Tn 10.3 Tn $eo I 1/2-inch IIMAC Type D q2 -;93 0 S/SY 863 SY S; ao 3 1/2-inch IIAfAC Type A SOS/S 863 SY SSQ Concrc[c Curb and Gutter ,S,SOS/LF 574 LF $ 3e Concrete Driveway Approaches Ile 3 2 ca TOTAL Street Pas1ug SZ2~JYp I f 1 ' f _ f } '1 r r r i ' } ' I c ~l 1 t i I 1 ! l I ~ i 1 i AL I-J" j 1 j I i i I ,I 1 PROJECT NO. i r THE STATE OF TEXAS CONTRACT N0. / S7 9 COUNTY OF DENTON DEVELOPMENT CONTRACT 9 Whereas, Jesse Coffe I ~ I hereafter referred to as "Owner," whose business address is _ 614 First State Bank Buildln , Denton, TX 76201 is the owner of real property located in the corporate limits of the City of Denton, or its extraterritorial jurisdiction; and Whereas, Owner wishes to develop the property and 1 Y such development must be performed in accordance with the applicable ordinances of the City of Denton, hereafter referred to as "city"; and ! Whereas, as a condition to the beginning of construction of said development, a development contract is required to insure i ! that all streets, water and sewer lines, drainage facilities and other improvements which are to be dedicated to the public,' ! r hereafter referred to as "Improvements , are constructed in accordance with the City's specifications _ , standards and ordinances; and r< (select applicable provision as follows) i ] Whereas, the Owner elects to construct the Improvements ' without contracting with another f party ! as prime contractor, in i { •1 .a I k i i which case the provisions of this contract which refer to "Owner" or "Contractor" shall mean the Owner as named above; or } (XXXXxxxj Whereas, the Owner elects to make such Improvements here- after set forth by contracting with _Jay-Mar Corporation whose business address is 9080 Highway 2181, Denton, TX 76205 , hereafter referred to as "Contractor"; and Whereas, Owner and Contractor recognize that the City has an interest in insuring that the Improvements subject to }this agreement, which will, upon completion and acceptance by the City, become public property, are properly constructed in accordance with the City's specifications and that payment is made therefor; WITNESSETH ~ i As to the Improvements to be dedicated to the public, as ? j specified in Exhibit A, attached hereto and incorporated by i _ reference, to be installed and constructed at Westgate Hills North, Phase 1, a 36 lot residential development j f the Owner, Contractor and City, in consideration of their mutual i promises and covenants contained herein, agree as follows: 1. Covenants of Contractor. Contractor agrees as follows: ~ E (a) Specifications. To construct and install the Improve- ments in accordance with the procedures, specifications and PACE 2 s i. 1 i E i ' I i i L'~ I ii standard contained in Division II and III of the City's Standard Specifications for Public Works Construction, North Central Texas, as amended, and all addenduas thereto, and all other regulations, ordinances or specifications applicable to such Improvements, such ` specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as though written herein. I (b) Authority of City Engineer; Inspections, Tests and Orders. That all work on the Improvements shall be performed in a good and workmanlike manner and to the satisfaction of the City Engineer or his representative. The City Engineer shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, and the interpretation of i specifications. s The Contractor shall furnish the City Engineer or his 1 7 j representative with every reasonable facility for ascertaining ' z whether or not the work performed was in accordance with the, specifications applicable thereto. Any work done or materials used without suitable inspection by the City may be ordered removed and replaced at Contractor's expense. I Upon failure of the Contractor to allow for inspection, to test materials furnished, to satisfactorily repair, remove or i replace, if so directed, rejected, unauthorized or condemned work I or materials, or to follow any other request or order :)f the City PAGE 3 r E i fI I - i ~ .I f Engineer or his representative, the City Engineer shall notify the 1 Owner of such failure and may suspend inspections of such work until such failure is remedied. If such failure is not remedied to the satisfaction of the City Engineer, the City shall have no obligation under this agreement to approve or accept the Improvements. (c) Insurance. To provide for insurance in accordance with the insurance requirements applicable to contractors as provided for in Item 1.26 of Division I of the Standard Specifications for Public Works Construction, North Central Texas, as amended, the provisions of which are expressly incorporated herein by reference; provided, however, for purpose of this provision only, i "Owner," as used therein, shall mean the City 1)f Denton. I (d) Means and Methods of Construction. That the means and methods of construction shall be such as Contractor may choose; subject, however, to the City's right to reject any Improvements for which the means or method of construction does not in the judgment of the City Engineer, assure that the Improvements were constructed in accordance with City specifications. 2. Mutual Covenants of Owner and Contractor. Owner and Contractor mutually agree as follows: 1 E (a) Performance Bond- Escrow Agreement. That if building F permits are to be issued for the development prior to completion t 3 i r PAGE 4 r c I k. .r 1 and acceptance of all Improvements that are to be dedicated to the public: r i a performance bond in an amount not less than the amount necessary to complete the Improvements, as determined by the City Engineer, shall be guaranteeing the full and faithful completion of the Improvements meeting the j specifications of the City, shall be in favor of the City, and shall be executed by an aved surety company authorized to do business inrothe State of Texas; or t (ii) if the cost of completing the Improvements, at the M time building permits are requested, is' in an amount of $50,000 or less, as determined by the City Engineer, cash money in the amount necessary to complete the Improvements, as determined by the City Engineer, may be deposited with a bank as escrow agent, pursuant to an escrow agreement excering completion of the Improvements. Without P , the City is escrow ao ~I be used. oreement form shall I . (b) Payment Bond- Assuranceof Payment. That prior to acceptance of the Improvements: x M a payment bond will be furnished in an amount not less than one hundred percent (1004 of the approximate total cost of the contract cost of the Improvements guaranteeing protection of all claimantshsu pull and proper f ` material for the construction ofptheiImprovementsd r f shall be in favor { executed b of the City, and shall be ~ I by an approved surety company authorized ~ to do business in the State of Texas; or r (ii) if the total contract amount of all Improvements is less thin X50,000 and a been submitted in accordance withent bond has not and Contractor agree and guarantee i)thaty any wand all debts due to any person, firm or corporation having furnished labor, material or both in the construction of the Improvements shall be fully paid and satisfied before acceptance of the PAGE 5 i i - - r i i k Improvements by the city and that, prior to acceptance of the Improvements, the Uwner and Contractor shall furnish a written affadavit, in a form provided by the ` City Engineer, stating that all bids, charges, accounts or claims for labor performed and material furnished in connection with the construction of the Improvements have been paid in full and that there are no unreleased recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. I That, upon the request of the City Engineer, Uwner or Contractor shall furnish a complete list of all subcontractors who performed labor on, or supplied material for, the construction of the Improvements, and, when requested, a written statement from any or each of such subcontractors or suppliers that they helve been paid in full. (c) Retainage; Final Payments. (This provision (c) applies only where the owner and Contractur are not the same party.) That as security for the faithful completion of the Lrpruvements, Contractor and Uwner agree tndt the Uwner shall ritain ten percent of the total dollar amount of the contract price u11tL1 alter final L approval or acceptance of the Improvements by the City. The Uwner i shall thereafter pay the Contractor the retainage, only after j Contractor has furnished to the Owner satisfactory evidence that I i all indebtedness connected with the work and all sums of money due for labor, materials, apparatus, fixtures or machinery furnished for and used in the performance of the work have been paid or otrierwise satisfied. . {d) Encumbrances. That upon completion and approval or ! i I { acceptance of the Improvements of the City, the Improvements shall I PAGE: 6 I - - V r 1 1 1 1 uecome the 'property of the city tree and clear of all liens, claims, charges or encumbrances of any kind. It, after acceptance of the Improvements, any claim, lien, charge or encumbrance is made, or found to exist, against the Improvements, or land dedicated to the City, to which they are affixed, the owner and Contractor shall upon notice by the City promptly cause such claim, lien, charge or encumurance to be satisfied aria released or promptly post a bond with the City in the amount of such claim, j lien, charge or encumbrance, in favor of the City, to insure payment of such claim, lien, charge or encumbrance. (e) Maintenance Bond, That prior to approval or acceptance of the improvements by the city, to furnish a maintenance bond in tuna and substance acceptaoce to the City, in the amount of ten percent (104) of the contract amount of the Improvements, insuring i j the repair and replacement of all detects due to faulty material 1 I and workmanship that appear within one year from the date of ; f 4 1 acceptance, The bond shall ue in favor of the City and shall be f executed by an approved surety company authorized to do business in the State of Texas. iIf I (f) Indemnification. To indemnify, defend and save t S i, harmless the City, its officers, agents and employees from all suits, actions or claims of any character, name and description brought for or on account of any in)uries or damages received as i ! sustained by any person, persons or property on account of the 1~tt i i { E 4 PAGE 7 i ' 1 ( 1 i' operations of the Contractor, his agents, employees or sub-• contractors: or on account of any negligent act or fault of the Contractor, his agents, employees or subcontractors in construction of the improvements; and shall pay any 3udgment, with costs, which may be obtained against the City growing out of such injury or damage, (9) Agreement Controlling. That the provisions of this ayreement shall control over any contlicting provisions of any contract between the Owner and Contractor as to the construction of the Improvements. 'fff 3. Uccupancy. Uwner further ayrees that Uwner will not allow any purchasers, lessee or other person to occupy any buildiny within the development until all Improvements are completed and accepted by the city, and that upon violation thereof will pay the k City $3,UUU.UU as liquidated damages, but such payment shall not jf I oe deemt;! approval of such occupancy and the City may take what- i ever action necessary to restrain such occupancy. 4. Covenants of City. That, upon proper completion of the Improvements in accordance with this agreement, the City ayrees to accept the Improvements, j 5. Venue and Governing Law, The parties herein agree that this contract shall be enforceaole in Denton County, Texas, and if " I j legal action is necessary in connection therewith, exclusive venue fi PAGE 8 i i - V i i { ' j shall lie in• Denton County, Texas, The terms and provisions of this contact shall be construed in accoraance with the laws and court decisions of the State of Texas. 6. Successor and Assiyns. This contract shall be binding upon and inure to the benefit of the parties hereto, their respective successors and assigns, 4 Executea in triplicate this, Ilth day of January , 19 88 , OWNER CONTRACTOR JAY-MAR CORPORATION, INC. BY: BY: sse Coffey Phillip Hutchings, Vi -President t CITY OF OE'NTON, TEXAS BY 4IY NA GER ATTEST: t N, CITY SECRETARY C OF DENTo TEXAS 1 j APPROVED AS TO LEGAL FORM: f~ DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY ! CITY OF DENTON, TEXAS l a } . BY: 1 j PAGE 9 ~ t 3 . i i ' i. r t! i 1 n 1~ 1 1 € .a 0763L i j i . PROJECT NO. _ CONTRACT NO. CONTRACTOR'S MAINTENANCE BOND (DEVELOPMENT CONTRACT) THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENTON § That JAY-MAR CORPORATION, INC. Denton of Denton County, Texas, hereiuaiter called Prinr.ipol and AETNA CASUALTY AND SURETY COMPANY R a Corporation orgaai zer tt_oe laws o the State of Connect cut 4 i' and authorized to do business in the State of Texas, here naFter called "Surety", are held and firmly bound unto the City of j Denton, Texas, a llunicipal Corporation, in Denton County, Texas, hereinafter called "City"in the penal sum of Two Hundred Twenty-two Thousand Two Hundred Twenty-one Dollars and 80/100 - - ($222,2:1.80 ) Do ars, aw u money o the Un to States, the sale sum be?.ng i ten percent (10;Z) of the total amount of the hereinafter men- j tioned 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. G THE Condition of this Obligation is such that: VHEREAS, the Principal entered into a certain contract with Contractor, dated the 11th day of January 19 88 , in the proper performance-of-which the C_1 ty oEDen- Texas, has an interest, a copy of which is hereto attached and made a part hereof, for the construction of: water mains, sanitary sewer services and street paving for a 36 lot residental ` - i development to serve WESTGATE HILLS NORTH, Phase I, in the City of Denton, Denton County, Texas i CONTRACTOR'S MAINTENANCE BOND-PAGE ONE i 1 I' I - i NON, THEREFORE, if the Principal shall well, truly, and faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (1) year from the date of acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited tc, any settling, breaking, cracking or other defective condition of any of the work or part thereof arising from improper excavation, backfilling, compacting or any other i cause or condition, known or unknown, at any time during the # period of this bond, which the city engineer, whose judgment i shall be final and conclusive, determines to be 0 result of f defective work, materials or labor; then this obligation shall f be void, otherwise to remain in full force and effect. In case the said Principal shall fail I ' o maintain, repair or reconstruct any defective condition of the work as determined herein, it is agreed that the City may do said work and supply such materials as necessary and charge the sum against the said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued ! one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the I conditions herein provided until the full amount of this bond 4 shall have been exhausted, and it is further understood that the i 4 1 obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. PROVIDED, further, that if any legal action be filed on this bond, venue shall lie in Denton County. i IN WITNESS WHEREOF, this instrument is executed in tripli- cate, each one of which shall be deemed an original, this the Ilth day of Janl:ary , 19 88 i PRINCIPAL SURETY JAY-MAR CORPORATION, INC. AETNA CASUALTY AND SURETY COMPANY E BY: A BY: i gs, c res. lV1Uj{hj~-1-, E~ C Stevens CONTRACTOR'S HA1NTEVANCE BOND-PAGE: TWO 1 N I Till ,ETNA CASUALTY AND SURETY COMPANY d Hudord. Connscricvt 06115 LaH fiCA9lMLTY POWER OF ATTORNEY AND CEATMATE OF AUTHORITY OF ATTORNEYISWFACT o,OWAl MVI M TWMPPeUKM rMTTKI ATM CASUALTYAND SUNY OWL}ANY, eve P, 1, 4MlywW&tWurWff,a4rauadVd iurdCamad~tiaM~winiisM ►deMaiavwGrdNr Betty L. TTownsen,aEarll C. Stye ens at Sand aoed+aa W ar M aM.r pemmra aMaWL sardWma ane NrooMt Y 6atchelor - - r I or Carrollton, Texas IrvwrMtx.WkwtwlWkrc.wtedoe+r Wa'°"nta'a►rW"tw"i {Y r drl 41w40 W od"NAWax. r aw Mrs W"R M~N~"" wtaLL or, Y Ma bYO+Mt Mr be taN ik .MME M Yw "s MF iMUa . of WdarYy wAwvMG** k Wkdemrwdfrwwt rw am aq w d fwanawWaarL.. h , d,l.w.ar.rgt ripw N as F 0AMda awL nrsbww% or w%%0w4 .asrWWM. W w ww as awwwo Owowws not exceeding the aus of 0'2 HILL I0,3 ($1,000.000.00) DOLLARS - W r mins M .tT1M W11AL1Y AIq 6L111[TY COAIAffY, fMrekY r fuey aM r M aawr erred r f Y uad wra atarrW b as dAV adMaMraadewsdTlM ATTTMGNlALTYAAD MAfTYCplAA1Y, Was Ms adm d aaNlimataayfaliadrC w wr r M &^erW Aria weL M Wre" NOW W oral wra TWr UpsWMasoe k era Wr W M atrf 41 go WriawMp rndm f ArdMee m of oak Cerpaq rrw srohMmrr w NOW ie Wd ISM f rs a6t~ t V011D: TWr eider Wfwkq aslare C►dMraLVI■ Otdwra hedsraM 6nrMd.aVlw hrYaMMAAwy idarVlae hridatr. A"Vkv Rw~ar 1 ►rarrt~hrA.irurvl.ti.drrr.A.r6a.a.wA~AarwrS.«+rwawta.w■M.aa~w+nAadawvww+«a.rL Irirrt6snsluW. AtaMeayeie/eat WApa■■adrf W mace/aftaCrrPany W rMaysMeaMMYerde gpwraaur uMeeeMWY r Aie art►~ae si edaaAy ray rrasllm r dMt w M CarMPaMMy'a erns W W wet M CaeMPorYo W bnaL Mwsn:unrMa ssMVasa d wdp"4. W efMr won" dMasdaryr Y srr d a bna nagd■MrL rarddeow Wrrr* rH MN of r4 Mora r ow Mots of &VIOm w ■ Ply Ma M OW WI gpda■a W Make M Prow W $10" ft 0000 *L VOTM TWraq as"Fuaplowm.MaerdkM/Mnn/. rw""emm VIN Manawds bn NeerirnaL erwMWwd nnhrrrq I Mtn b wH W UNA" apes aka dngnq dm W ayma M r OWMA . srVha 0600 ft pnWant M teearM vw hridrr, a ! euir Vb OMM0 t, a Nr Prow" a Ark" VIw hrfad r M d NNW" V1w hadswt Wrrr r Ma Pprr MumM- in fw w dow"Of MMMnI of aMrkMddaar NrhrlYK w Mp wood ow Was rM M C&V*wwa rd w a 6wawy or Aewa rr Mrwry ~irme fom rd, If"0664 IV ~io i am Mrsryalnla■ l+rra r Ma War learMa M We r • WGAWId Of MGWM d i TM hrnrsiAdrnay and Csq dAMMiy IS dfnW W a" M Orin b ■rr W M rdrrty a(Ma 4Mriq Mafq WaoAMeer ant M M 6M of MVVM of M ArM WtMLTY AND $M j V OOWIANY u6w AnaWda Is new is W Was W now VOTTD: no MadPa et ar site Aardq osom ashmm "em QakeuMt ha id" Any 6asrM~Vew hwNrL AMry Sonlmr Vkr Y.AtMyAsherSaummarY.WMaortdfrCaaMPatrravyrafaaoeM , ikp r AnIVfrhddntMyAodr VYahoAim&MySwum hakPft r M parr of ONNOW of r ON *&Vi $ Mdriq trove appeal" 9=69" Via hedarrL 11rWMa Ardent tw" w r ' /rraeyakefarWY pMnPaar aaftr siaaamMsms mns nmmMlMM eenaa W uniraallMpo W err srr emasnmry' w ar ndwa M reef. W am aM,i pamrr deamMeay drMArr MaMS aueW WrdrladtrMSa w bdrtY W oWd brae W rnfeN ups M Canipanr and rryt aadM par as wraa sea erfMe M age farMMY dfMirMn W bmhw e W Aw be aria ow DYMdq upa to ONnpny is M Mute wen n!Mw r mry bad r ■Mn U*4 r eW 3t k meta ` wVMTTt V14411W.MAFTM CAt1IALTY AND WAVY COWAW cum wuad M waruMnre rb*V4dNd Assistant f af~s Pre id"t t< . Me be rrprer W to be wet Mad "a 9th December 67 Tt/ AFM TY PAW/ C Nff ram si e.Ar.r.d J Ki ersan IL Nrdre Assistant Vice President CaMrrY d IIrM Oetk 9th card December H 87 baararowanMg aarr JOSIn P. KIS><11A]I to nr lwewo. wWL wnIV ro Ody"aft dd apaa ens ow ad a✓dr Y Asaistant lice trasidant al M ATffM CAfUAIT/Af0 MII[TYCOWAfIY, M Lrpendea Qna4WW M W Peaks aaemrM tlia abre MmurrfMOnC per sohna IrgW Ma W sia.w rMpraaam: sad M W mama ■ fr end YMdreanrr k mwA oroww Baal; W Mr fMVdi. M■awa to rW +raw+rr an kdwl of" orprsar y oww4 y d - 10 - afar ,rear fr ferMMp rweearrm swear ALM -A eta sour Mm,tM a, n 9l Pwbk Ceer~s A. terry, Jr. es1T>wun L w am"Ve as Seers torryt d M C11U1 CJVUALTY AND ttxm COaMAfaY, a amA ae Pradam d fr Mrs dC.w A@a" DO NeIOY C~lM r d MabtIgW4 W arrWed Pow siAwrney W Cr6ftM aiAutrtay Mrwrnin fur lrea W Wr rr kew taker, W WadMaMrMrL fad w Mwdas AeaMdw sit. Nrf d OirarrL w mr frt in fw CrMcwd AMrdarrY. w mew r IaMaL 1 NPW MIt16Wed d 10 KWA Oft W M C&*pW. r to Oq of Nr6MK 6■r Dow Mla ay w •,y . of d S .a "lac / J V. VeleAa Secretary .14at14 M?7e N■Mfep M LLfa L I I , l NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED. DATE OF BONI) MUST NOT BE PRIOR TO DATE OF CONTRACT. s, ATTEST: j + SECRETARY l CS j I ' I 54,11 ~I r r{ ~ tf I f 1 ZI CONTRACTOR'S MAINTENANCE BOND-PAGE THREE } I' I E is 1, I 1 ~ 1 ~I I i I PROPOSAL Westgate Hills North Phase I a 36 Lot Residential Development The following Proposal is hereby made to I Jesse Coffey 614 first State Back Bulldlog . Denton, TX 76201 In the City of Denton, Denton County, Texas t lUndersigned, 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 Contractors, specifications, and the plans therein referred to, and has carefully examined the locations, conditions end classes of materials of the proposed work; and agrees that he will provide ell the necessary { labor, machinery, tools, apparatus, and other items incidental to construction, and i will do all the work and furnish all the materials called for in the contract and I specifications in the manner prescribed therein and according to the requirements t of the Engineer and the City of Denton as therein set forth. It is agreed that the quantities of work to be done at unit prices end materials to be furnished may be increased or diminished as may be considered necessary, in the e opinion of the Engineer, to complete the work as fully as planned and contemplated and that all quantities of work, whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. I it is further agreed that the lump sum prices may be increased to cover additional work ordered by the Engineer, but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. I It is understood and agreed that the work is to be completed in full within 90 working days after the date stated in the work order on which work is to be commenced. i ttl P1 i w S i i 3 T r y r. 1 Z In the event of the award of a contract to the undersigned, the undersigned will furnish: (1) A performance bond for the full (100%) 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. (2) A payment bond l for the full (100%) amount of the contract to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. (3) A certificate of insurance in the amount required by the City of Denton, Texas, - and (4) A twelve (12) month maintenance bond in the amount of ten percent (10%) of the contract amount prior to acceptance and final payment for construction, 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 and the City of Denton. } Q The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. i i NOTE: Unit and lump sum prices must be shown in words and figures for each item listed in this proposal, and in the event of discrepancy, the words shall control. Should bid prices on any items be omitted, the j right is reserved to apply the lowest prices submitted by any othe{. ( bidders for the omitted items in payment for work done under this ttt proposal. r j 4 r I i f P2 i i i1 ■ r i i j i WATERMAINS 1 1(f~ Unit Price Ouantity Extension Connect to existing system $ /LS Lump Sum $ .4S~r,rc { 6-inch watermaia 9.re S/LF 1154 LF S /r, cr i i 12-inch watermaia /lro S/LF 741 LF S/+. ~.3scc i 6-inch gate valve .!+.cc, S/ea 7 to S ~.a:e.ra 12-inch gate valve 'I<c,cn S/ea 1 ea S yyara ' 6-inch tee A?r.co S/es 4 ea $ U6 .cr 6-inch bead /?;.cc, S/ea 2 ea S ~fd.co Fire hydrant Fcr.rt$/ea 3 ea $ ?ti'<e.ca Double Water Service Group LN cc, S/ea 20 ea $ _,?ker,P . ' ^ 1 1/2-inch Water Service Line Jso S/LF 433 LF S 6-inch Blow-off valve L2.. S/ea 2 ea $ S•Tr ry 12-inch Blow-off valve c.rai/ea 1 Co. $ N~rn,ro TOTAL Watermains 5,;5,z,4,re, ALTERNATE i, 12x5 inch Reduces .4 14 cc~'S/ea I CA S •3,•y.ro 8-inch gate valve k+.r ,S/w 1 ea $ sls~.ro# jj 8-inch watermaia S/LF 741 LF $ fi 8-inch Blow off valve o"r .r S.".o ! ea $ ~~n ro TOTAL Alternate S__ X.51P40 l3 ~3 38. 00 /S/ YBB•av • f r 'r i i t i, i .Y Y, t f SANITARY SEWER LL= Unit Price Ouantity Extension Connect to existing system 4r-q.co S/LS Lump Sum $ ,~9h.nr i 8-loch sewer pipe, /o.cn S/LF 1075 LF S /o.,~6a•.oo 10-inch sewer pipe, 0-6 feet deep /S/LF 346 LF $ to^. pL 10-inch sewer pipe, 6-9 feet deep /d S/LF 345 LF SJ•?.Sa E _ r { ' 10-inch sewer pipe, 9.10 feet deep 19.86 S/LF 235 LF S J 10-inch sewer pipe, 10.12 feet deep S/LF 520 LF $ y 16W .ra 10-inch sower pipe, 12.14 feet deep __au $/LF 330 LF S l,n~?nG 10-inch Ductile iron pipe S/LF 54 LF S o~n.rp t f s ' f 1 Standard manhole ~n.m S/ea 7 ea $ _a~ ~3n rn 1 Extra depth of manhole 6 $/LF 26 LF $ Clean outs LeL'rt'$/Ca 2 ea $ yco•on 4-inch service wye flexe, $/ea 3E CA $ _ /,•5~ .ter, 4-inch service line .r ,S/LF 946 LF $ ~l90.DD Adjust manhole to grade r. S/ea 3 ea S 4"r.o6 Concrete encasement IVrcS/LF 60 LF S Trench safety 4 rr,S/LS Lump Sum rr 1 j TOTAL Saollary Serer S d18~ i I ` f 1 i 11 i 'I l J L. P4 i r I . ~ If o . h ~y . , E i STREET PAVING t f Unit price Quantity Extension }It Remove existing curb and gutter Lno S/LF 72 LF S /YVC0 ! Excavation S/LS Lum Sum Lime Stabilization Ir S/SY 9060 Sy $ ~i.dzo.oC Hydrated Lime Ze.°o S/Ta 125 To $-L a~,oC 1/2-inch HMAC Type D ,t..~ S/SY 7241 SY J S ~r ioa.,at, , 3 1/2-inch HMAC Type G s rs $/SY 4215 Sy i If r $ j 4 1/2-inch HMAC Type G C,vr S/SY 3026 SY :Tcy.rrsb $ Concrete Curb and Gutter sts S/LF 2177 LF f " I 5 N~9 ss + Surbountable curb and Sutter G.re S/LF 2S38 LF 1 S /f.~gQ.ro , Concrete Flatwork S/SF 579 SF Erosion Control YSeo.en S/LS Lump Sum Barricades, Pavement Markings and Signs S/LS Lump Sum S_ /,FSo.rn Pavement Transitions /S.a,ons/I,S Lump Sum $ /;5~ p~ C, L,L• TOTAL EXCAVATION Si •~'c•s .db ¢ ' ALTERNATE F 1 1/2-inch HMAC S/SY 3026 SY S 4 1/2-inch HMAC S/SY 3026 SY S 1 Concrete curb and gutter S/LF 1935 LF S l i Concrete Clatwork S/SF 163 SF $ 5-inch concrete paving with curb and gutter $/SY 5033 SY S i TOTAL Alternate 1 S X- Do" w101- /Hu4D6 Sheer S eNs i PS I i, ~ i` Receipt is hereby acknowledged of the following addenda to the contract documents: Addendum No. I dated Received dated Received Addendum No. 2 E Addendum No. 3 dated Received 111( Addendum No. 4 dated Received ii r ` . Addendum No. S dated Received The undersigned understands and agrees that the OWNER reserves the right to reject any or all Proposals or to waive any formality or technicality in any Proposal ii in the interest of the OWNER except as specifically limited by the terms of the ! Contract Documents or applicable laws or Governmental Regulations. 1 The Above Proposal Is Hereby Respectfully Submitted By: I 4 JAY- MA2 GR uCN~Ir~ F7 NAME OF CONTRACTOR / DATE j • i"{G ~~.LAfNT it EXECUT BY (NAME) (TITLE or POSITION) 00 j~err 4- BUSINESS ADDRESS TELEPHONE NUMBER i ~ I /k.~xAi T..r., '!!mod s ) CITY STATE ZIP CODE a I - i i i 1 P6 . i k. ?~i ~Ir I k 'i 1 t T 1 ~ V S , JLA -1 -IF I k f I~ I i i L-1 I 11 1 ILI -1 i -1 1 -1 -A IL J I TIT ' f i MW 'NOW . 1„ Y 1 PROJECT NO. f CONTRACT NO. i THE STATE OF TEXAS DEVELOPMENT CONTRACT COUNTY OF DE11TON § ' Whereas, Denton Hall Joint Venture hereafter referred to as "Owner," whose business address is I r` 5215 North O'Connor Road, Suite 570, Irving, Texas 75039 is the owner of real property located in the corporate limits of the City of Denton, or its extraterritorial jurisdiction; and i Whereas, Owner wishes to develop the property and such development must be performed in accordance with the applicable ordinances of the City of Denton, hereafter referred to as "City"; and Whereas, as a condition to the beginning of construction of said development, a development contract is required to insure that all streets, water and sewer lines, drainage facilities and other improvements which are to be dedicated to the public, hereafter referred to as "Improvements," are constructed in ; 1 r. ' ti~. < accordance with the City's specifications, standards and l ordinances; and (select applicable provision as follows] ( x j Whereas, the Owner elects to construct the Improvements f without contracting with another party as prime contractor, in j, E , s i f which case the provisions of this contract which refer to "Owner" or "Contractor" shall mean the Owner as named above; or 1-1 Whereas, the owner elects to make such Improvements here- after set forth by contracting with N/A whosr business address is 1 hereafter referred to as "Contractor"; and Whereas, Owner and Contractor recognize that the City has an interest in insuring that the Improvements subject to this agreement, which will, upon completion and acceptance by the City, becone public property, are properly constructed in accordance with the City's specifications and that payment is made therefor; i WITNESSETH { As to the Improvements to be dedicated to the public, as ; t specified in Exhibit A, attached hereto and incorporated by t t reference, to be installed and constructed at Denton Auto Nall. _ located at Loop 288 and Colorado Boulevard ~ ~ r 110,11,011,10,11115 ladau Court the Owner, Contractor and City, in consideration of their mutual III promises and covenants contained herein, agree as follows: j € 1. Covenants of Contractor. Contractor agrees as follows: j i r (a) Specifications. To construct and install the Improve- ments in accordance with the procedures, specifications and I PAGE 2 t 1 ` i i 3 i standard contained in Division II and III of the City's Standard _ Specificatiors for Public Works Construction, North Central Texas, as amended, and all addendums thereto, and all other regulations, ordinances or specifications applicable to such Improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as though written herein. (b) Authority of City Engineer; Inspections, Tests and j Orders. That all work on the Improvements shall be performed in a ' good and workmanlike manner and to the satisfaction of the City ,F Engineer or his representative. The City Engineer shall decide all questions which arise as to the quality and acceptability of ti materials furnished, work performed, and the interpretation of ' F. specifications. , i The Contractor shall furnish the City Engineer or his representative with every reasonable facility for ascertaining f whether or not the work performed was in accordance with the specifications applicable thereto. Any work dune or materials ! i used without suitable inspection by the City may be ordered removed and replaced at Contractor's expense. , Upon failure of the Contractor to allow for inspection, f to test materials furnished, to satisfactorily repair, remove or replace, if so directed, rejected, unauthorized or condemned work or materials, or to follow any other request or order of the City i , PAGE 3 i i f Engineer or his representative, the City Engineer shall notify the Owner of such failure and may suspend inspections of such work until such failure is remedied. If such failure is not remedied to the satisfaction of the City Engineer, the City shall have no obligation under this agreement to approve or accept the Improvements. (c) Insurance. To provide for insurance in accordance with the insurance requirements applicable to contractors as provided i for in Item 1.26 of Division I of the Standard Specifications for Y' Public Works Construction, North Central Texas, as amended, the provisions of which are expressly incorporated herein by reference; provided, however, for purpose of this provision only, E "Owner," as used therein, shall clean the City of Denton. (d) deans and Methods of Construction. That the means and methods of construction shall be such as Contractor may choose; ! subject, however, to the City's right to reject any Improvements i for which the means or method of construction does not, in the f Judgment of the City Engineer, assure that the Improvements were constructed in accordance with City specifications. j I y 2. Mutual Covenants of Owner and Contractor. Owner and ` Contractor mutually agree as follows: (a) Performance Bond; Escrow Agreement. That if building t permits are to be issued for the development prior to completion PAGE 4 C. ,I V t i and acceptance of all Improvements that are to be dedicated to the i public: (i) a performance bond in an amount not less than the amount necessary to complete the Improvements, as determined by the City Engineer, shall be submitted guaranteeing the full and faithful completion of the Improvements meeting the specifications of the City, shall be in favor of the City, and shall be executed by an approved surety company authorized to do business in the i State of Texas; or f` (ii) if the cost of completing the Improvements, at the 1 time building permits are requested, is in an amount of $50,000 or less, as determined by the City Engineer, cash money in the amount necessary j to complete the Improvements, as determined by the City Engineer, may be deposited with a bank as escrow agent, pursuant to an escrow agreement insuring completion of the Improvements. Without exception, the City's escrow agreement form shall be used. (b) Payment bond; Assurance of Payment. That prior to i acceptance of the Improvements: j (i) a payment bond will be furnished in an amount not less than one hundred percent (100%) of the approximate total cost of the contract cost of the f Improvements guaranteeing the full and proper protection of all claimants supplying labor and material for the construction of the Improvements, f shall be, in favor of the City, and shall be executed by an approved surety company authorized E to do business in the State of Texas; or (ii) if the total contract amount of all Improvements ' I is less than $50,000 and a payment bond has not been submitted in accordance with (i) above, Owner and Contractor agree and guarantee that any and all debts due to any person, firm or corporation ! E having furnished labor, material or both in the construction of the Improvements shall be fully paid and satisfied before acceptance of the PAGE 5 L i Improvements by the City and that, prior to acceptance ' of the Improvements, the Owner and Contractor shall furnish a written affadavit, in a form provided by the City Engineer, stating that all bias, charges, accounts or claims for labor performed and material furnished in connection with the construction of the Improvements nave been paid in full and that there are no unreleasea recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. That, upon the request of the City Engineer, owner or Contractor shall furnish a complete list of all subcontractors who performed labor on, or supplied material for, the construction of the Improvements, and, when requested, a written statement from any or ! each of such subcontractors or suppliers that they have been paid in full. (c) Retainagej Final Payments. (This provision (c) applies only where the Uwner and Contractor are not the same party.) That as security for the faithful completion of the Improvements, Contractor and owner agree that the owner shall retain ten percent j of the total dollar amount of the contract price until after final approval or acceptance of the t:n-.rovements by the City. The owner ; shall thereafter pay the Contractor the retainage; only after Contractor has furnished to the owner satisfactory evidence that all indebtedness connected with the work and all sums of money due ti for labor, materials, apparatus, fixtures or machinery furni:ihed ! for and used in the performance of the work have been paid or otherwise satisfied. F (d) Encumbrances. That upon completion and approval or I acceptance of the Improvements of the City, the Improvements shall ! 3 i PAGE 6 I M 1 ,i z I .r 1 t 1 I become the-property of the City free and clear of all liens, lIII claims, charges or encumbrances of any kind. It, after acceptance ! of the Improvements, any claim, lien, charge or encumbrance is III made, or found to exist, against the Improvements, or land i dedicated to the City, to which they are affixed, the owner and Contractor shall upon notice by the City promptly cause such claim, lien, charge or encumbrance to be satisfied and released or promptly post a bond with the City in the amount of such claim, lien, charge or encumbrance, in favor of the City, to insure payment of such claim, lien, charge or encumbrance. (e) Maintenance Bond. That prior to approval or acceptance j of the Improvements by the City, to furnish a maintenance bond in form and substance acceptable to the City, in the amount of ten percent (10%) of the contract amount of the improvements, insuring the repair and replacement of all detects due to faulty material and workmanship that appear within one year from the date of acceptance. The bond shall be in tavor of the City and shall be executed by an approved surety company authorized to do business in the State of Texas. i (f) Indemnification. To indemnify, defend and save f i harmless the City, its officers, agents and employees from all } suits, actions or claims of any character, name and description i brought for or on account of any in)uries or damages received as sustained by any person, persons or property on account of the f. i i PAGE 7 1 1 1 i. I 4 t operations of the Contractor, his agents, employees or sub- contractors; or on account of any negligent act or fault of the Contractor, his agents, employees or subcontractors in construction of the Improvements; and shall pay any Judgment, with costs, which may be obtainea against the City growing out of such injury or damage, {g) Agreement Controlling, That the provisions of this ' agreement shall control over any conflicting provisions of any contract between the Owner and Contractor as to the co of the Improvements. nstruction occupancy. y, Owner further agrees that owner will not allow ! any purchasers, lessee or other person to occupy any building f within the development until all improvements are completed and accepted by the City, and that upon violation thereof will pay the City $3,000.00 as liquidated damages, but such payment shall not oe deemed approval of such occupancy and the City may y take what- ever action necessary to restrain such occupancy. 4. Covenants of City. That r upon proper completion of the Improvements in accordance with this agreement, the City agrees to accept the Improvements. E 5. Venue and Governing Law. The parties herein agree that t this contract shall be enforceaole in Denton County, Texas, and if legal action is necessary in connection therewith, exclusive venue PAGE R i I I I shall lie in Denton County, Texas, The terms and provisions of this contact shall be construed in accordance with the lass and court decisions of the State of Texas. b. Successor and Assigns. This contract shall be binding upon i and inure to the oenefit of the parties hereto, their respective successors and assigns. Executed in triplicate this, day of A0 1 , 19. E OWNER CONTRACTOR BY . i CITY OF DENTON, TEXAS f E Y: Ivwdll f C MANA R j ATTEST: GWQrQ=y j ` , CI SECRETARY CI OF DE ON, TEXAS 11 APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY. PAGE 9 I i l I ss i I ~ J t., Co " /~T it C L G I / Ll► , ~ ~ ~B un-y ,~'t~-~v.v~~~ y r(/ yi) ~'.r.v'r 5'/~ .o 7.3 36-voy i9 DT. \/ACvc- 'emu g~r u XG''rr+~X F~c 7~~ IoG.LY 2 c+ if G "ir r t .vti r 1 I o z. a' J EYE I G X Z` r~-,~ r ~~s iJ -rte. c ~ a i 2 i a -v--7~ !».aca-A-i~~vrzxs /~.sy 3~.v 1 ~r+ /8X/~f cecu. p>t-rr. y x 30.0 toxcc Ao~cc y7,3 J L,+9I~ rr'13-/u0U Cxi/2i+ STo/~ lvl,7 III ! C--i9 f~ Fv~/3 .77~cu F1r~cGt~ sra G3.~ f /Ga `~I Z dL /(so JwLyC~TyGCwL-77:,Ob1..G 1.28 128.c r!+ i 3GO LTf SDR'3f f vc Saivr~ ~1~~ /•:r2. I to ' . f v c Sf--LtX■72 Sf J~'Lr t'N p 7• Zd 3+31.y I # i F r i ~.s r' 1 I O! . ISSUE DATE i►MAIDWM .MrW 3/31/88 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE C0N04TIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER COMPANY BINDER FFO. MAXSON a MAHONEY a TJRNER National Sue PO 1 Ga d lawnue AEe+p DATE TIME DATE "'I" TAM WIG KIND OEORCS DR., DAUAS rLXAS Tana!•$MM 2:01 X AM Receipt of ,SDI" 3/30/88 F_ I PM Policy NOON DUFF HALE M MT Tr,s e,NDEA IS ISSUED TO EXTEND COAMOE 14 TTME Aeon! NAMED 511CL !Wa OOM►ANY PER EX►JUND POLICY NO: CODE SUBLoDE DEICMTION OF OPEANTKX4NEHQA& ROPEATY INCIUD 4a LOC.ATK" INSURED Contractor Office American Service Centers, Inc. 5215 N. O'Connor, Suite 570 Denton Automall Joint Venture Irving, Dallas Co., Texas 75039 Lew C. Anderton, Individual 5215 N. O'Connor, Suite 570 Irving, Texas 75039 j rM OF POURIWCa CCVlJIAaIe+PORtl1 /n1RRTrl! CONSWARCE 1 "WfRTY CAUSES OF LOSS Office Contents $101000 $50, 80% ~ a ~ a Extra Expense Form 75 - 40/20/100 $10,000 N/A - Fire, EC, OCSF OENEAAL lutRaTY KNE A Aayllwn S 1,000 X OOALrIEALYAt GENERAL UAt4m MM :Tlallas howe"Ti 1 1.000 oenrae G=UMM FESXX6VKRISEIERAW t 1 000 IMI CONTRACT IIAOI DOOAEM 1 000 PAE %A.W PNI ON ARE) 1 50 AETRO DATE FOR CLAWS MADE: we" EooE;t MY ow 14"M ! AUToMOMIE X ALL Vpws SXWA MECLES M / 1 ODO X UQOLM SAMAODD ! ' X NX%MED ro t HIED 1e MY fiIJLIOE W ! AUTO lNYSICAI OAMAOE ALL YDERES SpifOl m YDIQfS ACY COLL M DM rew A+1o MT ! OTKA plat! LUJRJT'f M .rcE A00MOA~ Iirr44Lrro,"wi i UMtAEUA FORM I OTHEA NM UMtAELLA FORM AETRO DATE FOR CWMS MADE VATITTORY i WORxER'S CCMAENSATxFI Bound 3-30-88 to 4-8-88 ! 1 0 + + r AND ! 500 taEASE-acY to" EMPLOYEAS' UA61l1TY ! 100 lostASE~AO uaorLU SPECIAL CIOYERAMS i f eE• MORTOAOE/ ADOITTONAL IISLIIED LOSS PAYEE LOANS AUTHOFMD REPAES'ENTATTVE HAXSON-MAHONEY-TURNER, INC. BY: L i 1233L i a r ` PROJECT NO. CONTRACT NO. I t THE STATE OF TEXAS § ESCROW AGREEMENT IN LIEU COUNTY OF DENTON 4 OF PERFORMANCE BOND (Development Contract-Improvements of $50,000 or Less) WHEREAS, Denton Mall Joint venture , hereafter referred to as "Owner", has undertaken to develop property within the City of Denton, Texas, or its extraterritorial jurisdiction; and WHEREAS, Owner has, pursuant to the ordinances of the City of Denton, Texas, hereafter referred to as "City", executed a development contract to insure that any and all streets, water and sewer lines, drainage facilities or other improvements which are to be dedicated to the public, hereafter referred to as "Improvements", are constructed and completed in accordance with the specifications, standards and ordinances of the City; and WHEREAS, Owner wishes to receive building permits for said ~ Jf property prior to the completion and approval or acceptance of the Improvements by the City; and WHEREAS, in order to receive such building permits Owner may, where the cost to complete the Improvements is $50,000 or } i less, in lieu of posting a performance bond, escrow cash money t f with a bank as escrow agent in an amount not less than the amount necessary to insure completion of said Improvements; i t 1 I I NOW2 THEREFORE, OWNER, City and First State Bank, Denton, Texas hereafter called "Escrow Agent", agree as follows: I. Amount. Owner, as a condition to receiving building per- mits for property located at Loop 288 and Colorado Boulevard 2100/2104/2105/2115 Sadau Court shall deposit the sum of Seven Thousand Five Hundred and no/100 dollars i {s 7,500.00 in cash money, with Escrow Agent, said sum being in an amount, as determined by the City, necessary to insure completion of all improvements which are to be dedicated to the public; said improvements being more particularly described in i that certain development contract dated the day of 3 Ape I , 1940 , between the City, Owner and Owner's 1 ~ Contractor, to which reference is made herein. 2. Notice of Deposit. No building permits shall be issued by City for the property herein described until Escrow Agent E notifies City, in writing, that cash money, in the amount specified herein, has been deposited in an escrow account with Escrow Agent. 3. Release of Funds. Escrow Agent shall not release any or all of the escrowed funds until the City Engineer authorizes the Escrow Agent, in writing, to release such funds as provided for herein as follows: (a) the City Engineer shall authorize the release all the escrowed funds when all Improvements are PAGE 2 1 i completed and approved in accordance with _ provisions of the development contract; the determination of which shall be made by the City Engineer whose judgment shall be binding on all parties hereto. (b) The City Engineer, may, but is not required to, authorize, periodically, the release of specified sums of the escrowed funds to the Owner if, and as, the Improvements are completed and approved or accepted by the City in stages, so long as the remaining funds not released are sufficient to complete the construction of the remaining Improvements which have not been, but, are required, to be completed and accepted or approved by the City. 3. Notices. Any notice to be sent, or required to be sent or given under this agreement shall be sent to the address of j the parties hereto, as follows: CITY: City Engineer 215 East McKinney Denton, Texas 76201 i i OWNER: Denton Hall Joint Venture f 5215 N. O'Connor #570, Irving, TX 75039 ESCROW AGENT: First State Bank 101_S. Locust, Denton, TX 76201 4. Fees. Owner agrees to pay any and all fees or costs i charged by the Escrow Agent in connection with this Agreement. 5. Nonliability of Escrow Agent. The Escrow Agent shall have no responsibility except for the safekeeping and delivery f`f 3 of the amounts deposited in the Escrow Account in accordance j with this agreement. The Escrow Agent shall not be liable for any act done or omitted co be done under this agreement or in PAGE 3 i i. i 1 i 1 i E I I connection 'with the amounts deposited in the Escrow Account except as a result of the Escrow Agent's gross negligence or willful misconduct. If any question, dispute or disagreement ` arises among any one or more of the parties hereto and/or any other party with respect to the funds deposited in the Escrow Account, the proper interpretation of this agreement, the duties of the Escrow Agent hereunder or the rights of the parties to this agreement, the Escrow Agent shall not be required to act and shall not be held liable for refusal to act until the question or dispute is settled, and the Escrow Agent has the absolute right at its discretion to do either or both of the i following: 3 (a) withhold and/or stop all further performance under this agreement until the Escrow Agent is satisfied, by receipt of a written document in form and substance satisfactory to the Escrow Agent and executed and binding upon all interested parties hereto (who may include the subscribers), that the i question, dispute, or disagreement has been I resolved; or 1 (b) file a suit in interpleader and obtain by final judgment rendered by a court of competent Juris- diction, an order binding all parties interested in the matter. b. Successors and Assigns. This agreement shall be binding ; i upon the successors and assigns of the parties hereto. 7. Venue. The parties hereto agree that if any legal action is necessary in connection with this agreement, exclusive venue + shall lie in Denton County, Texas. PAGE 4 ! 3 I K IN WITNESS WHEREOF, the said City, Owner, and Escrow Agent have signed this instrument this 15 day of April 19 CITY OF DENTON OWNER i BY. BY: ESCROW AGENT First State Bank of Denton BY:, W. C. Orr, Jr. Chairman of the Board f _ I t f { F f I f PAGE S I. f ~ I v ii23L wl N0. AN ORDINANCE AMENDING ARTICLE J.071A) OF CHAPTER I OF ARTICLE III OTEFXASAPPERNDIELAXTIANGOFIOTHEkECODI LlERfOFMENTSORDINATONCES OF THE CITY OF DENTON, U BE MET BEFORE 8EGINNING CUNSTRUCTION IN SEW DEVELOPMENTS; PROVIDING FOR A PENALTY Iv T}E MAXIMUM AMOUNT OF $200,00 FOR VIOLATIONS THEREOF; AND PgUVI~ING FOR AN EFFECTIVE DATE. THE COUNCIL OF ThE CITY OF DENTON HEREBY ORDAINS: SECTION I. That Article 3 .07(A) of Chapter l of Article III of Appendix A OL ti.! Code of Ordinances is amended to read as follows: (A) negulreo:ents to 0e Met Before Construction development, construction, Lnprovetaenta d! Ina. or No buildings or land to which this Code a moditicattons of plies hal bei until and* unless the requirements of this articl ordinances are met, e and a nylothernapplicable (1) Filin of an a roved lot of record, 0 record must r t a n actor ancappwithd the provisions of this Code. ' (2) ProconstructiOn Confarenea. con arenc• Datwaln the Owner, A Preconacructloa tit!!! city engineer, of his designee, isirequired to orsviev the proposed in rovegents to be requirements of this Coca. Lade arid the (J) Dnvy~ocmestreets,screinayecfacllities,lwater vulrpslerer liras, or other improvements art to be constructed and dedicate required to insure proper cco structionmand completion of trio improvements and payment is ms therefor. Three executed copies Of tna develop: - contract, along with any required e9teeventa or ponds, esct other documents, shall be submitted to the City Engineer on forma approved by or proviaed b the City, by Contents of Devalo merit Contract. Ina development Jf` contract she be in a to n an deemed nacaasary by the City Enyint@r,Th do e,islons the City Attorney, to insur4pt~ved by conp2ation of the imptovementsper construction and therefore, and compliance with the payment !s gads Code. The contract shall contain, butVnotd be limited to, the following provisional E (a) Description and Coat. A aeacription of the imPruvamen U , eneic location, and the contract price thereof, or It mere la no contract amount Yet determined, the estimated cost tneroof certified by a registered engineer. (0) lcifications, That the isprovements will 0e co.iaerueC~ jn accordance with the provisions of i i f i " I V r this Code and the standards and specifications applicable to the City's public works orolects. (c) Inspection and Orders. That the contractor ano subcontractors mil cooperate with and amide by the orders of the City Engineer and City's inspectors in constructing the improvement. (d) Insurance. That the owner or contractor 4111 comply with the insurance requirement apylicadle to the city's public works pro)ects. (e) Performance dondar Escrow Agreement. That if building permits are to be issued for the development prior to completion and acceptance of all improvements that are to be dedicated to the public: (I) a performance bond will be subuittec in an amount, as determined by the City Engineer, to insure completion of all improvements thereini or (ill it the cost of completing the improvements at the time the building permits are requested is $50,000 or loss, as determined by the City ' Engineer, cash money In the amount of the EE cost of completing the improvements, as determined by the City Engineer, may be aepositeo with a bank as escrow agent pu i~.Lnt to an escrow agreement, the form ano provisions thereof to be approved by the City Engineer and City Attorney, to insure completion of the improvement. (f) Maintenance Bona. That prior to acceptance by the city o any improvements, a maintenance bond will be furnished in an amount of ten percent (101) of the contract amount of all Lmprovements, insuring the repair and replacement of all defects due to faulty materiels and workmanship that appear within a period Of one ;ear 9rom the date of acceptance of the Lmproveaenca by the City. (9) Payment bona AlaurahC• o! ?a went. That prior to f acceptance my th• Clty o any improvements: 1 (I) a payment bond will be furnished in an aroint j of not less than one hundred percent (1001) Of the approximate total cost of the conttact guaranteeing the full and proper protection of all claimants supplying labor and material for the construction of the improvesents, or i r r (li) if the total contract amount of all improve- ments is fifty Thousand Dollars ($50,000) or less, as determined by the City Engineer, the owner and Contractor may, in ILeu of furnish- Ing a payment bond, agree to pay and satisfy all claims, liens, charges and encumbfances arising from construction Of the improvements and furnish a written affidavit, In a for. provided by the City Engineer, stating tie: all bids, charges, accounts and claima for labor performed and material furnished in PAGE 2 1 I; ~r- Connection with the Improvements have peen paid in toil and that there are no unreleased recorded liens filea against the improvements, or land to dhich they are affixed, that are to to dedicated to the public. The City Engineer may require the owner or contractor to furnish a list of all ! subcontractors who performed labor on, or persons j supplying materlal for, the improvements and I require a writte,. release from any such person prior to acceptance of the improvements. (n) OCCUpsncY, That the Owner shall not allow any purchases, lessee or other person to occupy aay ' building within the development until all {j improvements are accepted by the City, that upon violation of suca restriction the Owner will pay i Three Thousand Dollars 07,000.001 to the City as IS liquidated damages but such payment shall not be deemed approval of such occupancy and the city aay take whatever action is lawfully necessary to restrain such occupancy. SECTION It. That any person violating any of the provisions of this ordinance shall, uyon conviction, be fined a sum not exceeding T•: Hundred Dollars (i100.00)1 and each day and every day that t,. provisions of this ordinance are violated shall constitute a separate and distinct offense. This penalty is in addition to and cumulative of, any other remedies as may be available at law and equity. SECTION 111. Tnat this ordinance shall become effective fourteen (14) days from the date of its passagop directed to cause the caption of and thise orCity dinance rtoarD published f twice in the Denton Record-Chronicle, the official newspaper of the city of Denton, Texas, within ten (10) jays of the date of its i passage, PASSED AND APPROVED this the day of 1985 i I f RICHAA11 0. STNART, MAYOR CITY OF DENTUV, TEXAS ATTEST: I CH ARLUITE ALLEN, CITY SECRETARY ~ CITY OF DENTON# TEXAS , i ` AFF20VE0 AS TU LEGAL FORM: I` DEBRA ADAM DRAYOVITCH, CITY ATTOANEY CITY OF DENTON, TEXAS BY: PAGE 0 ; i 1 ~ .r 14 1 JLX- 13111 11 11 i i i E ~ i ~ i I ! f r 2 I 1 1 1 I 1 I 1 ~ y io I I 11 -F -1 a II' . i PROJECT NO. CONTRACT NO.~ THE STATE OF TEXAS COUNTY OF DENTON DEVELOPMENT CONTRACT 4 I ` Whereas, Keele-Alvarez, Inc. d/b/a Jane Marshall School & Evaluation Center hereafter referred to as "Owner," whose business address s P.O. Box 2861 Denton, TX 76202 f is the owner of real property located in the corporate limits s of k j the city of Denton, or its extraterritorial Jurisdiction; and Whereas, Owner wishes to develop the property and such r t development must be ~ performed in accordance with the applicable ordinances of the City of Denton, hereafter referred to as "City"; and Whereas, as a condition to t,,,s beginning of construction of said development, a development contract is requircl to insure i that all streets, water and sewer lines, drainage facilities and other improvements which are to be dedicated to the public, ' hereafter referred to as "Improvements," are constructed in i accordance with the City's specifications standards and ordinances; and i 1 [select applicable provision as follows] t~ ] Whereas, the Owner elects to construct the Improvements ` I without contracting with another party as prime contractor, in f i li i a which case the provisions of this contract which refer to "Owner" or "Contractor" shall mean the Owner as named above; or [ XXXXX ] whereas, the Owner Rlects to make such Improvements here- after set forth by contracting with Lowell B. Allison Contractor, Inc. } whose business address is f 3775 Flory Street Fort Worth, TX 76150 , hereafter referred to as "Contractor"; and Whereas, Owner and Contractor recognize that the City has an j interest in insuring that the Improvements subject to phis agreement, which will, upon completion and acceptance by the City, become public property, are properly constructed in accordance i with the City's specifications and that payment is rude therefor; WLTNESSETH ' As to the Improvements to be dedicated to the public, as ` specified in Exhibit A, attached hereto and incorporated by j I reference, to be installed and constructed at the Jane Marshall School Addition - Bonnie Brae Haterline i 1 the Owner, Contractor and City, in consideratiun of their mutual ~ j promises and covenants contained herein, agree as follows: 1. Covenants of Contractor. Contractor agrees as follows: (a) Specifications. To construct and install the Improve- ments in accordance with the procedures, specifications and I PAGE 2 I r, 1W V V odd rj i standard contained in Division II and III of the City's Standard Specifications for Public Works Construction North Central Texas, as amended, and all addendums thereto, and all other regulations, ordinances or specifications applicable to such Improvements, such specifications, standards, regulations and ordinances being expressly incorporated herein by reference and being made a part of the agreement as though written herein. (b) Authority of City Engineer; Inspections, Tests and Orders. That all work on the Improvements shall be performed in a good and workmanlike manner and to the satisfaction of the City Engineer or his representative. The City Engineer shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, and the interpretation of specifications. The Contractor shall furnish the City Engineer or his representative with every reasonable facility for ascertaining i whether or not the work performed was in accordance with the a specifications applicable thereto. Any work done or materials E used without suitable inspection by the City may be ordered removed and replaced at Contractor's expense. Upon failure of the Contractor to allow for inspection, I to test materials furnished, to satisfactorily repair, remove or replace, if so directed, rejected, unauthorized or condemned work 3 or materials, or to follow any other request or order of the City PACE 3 r-~-` i l . • Engineer or his representative, the City Engineer shall notify the Owner of such failure and may suspend inspections of such work until such failure is remedied. If such failure is not remedied to the satisfaction of the City Engineer, the City shall have no obligation under this agreement to approve or accept the ' Improvements. ' (c) Insurance. To provide for insurance in accordance with the insurance requirements applicable to contractors as provided f ~ for in Item 1.26 of Division I of the Standard 5peciEications',for Public Wurks Construction North Central Texas, as amended, the provisions of which are expressly incorporated herein by 1 reference• ' ' ~ provides, however, for purpose of this provision only, 1 "Ocrner," as used therein, shall clean the City of Denton. j I (d) Pleans andrlethods of Construction. That the mc,.ns and I methods of construction shall be such as Contractor may choose; + s' subject, however, to the City's right to reject any lmprovements ' f for which the means or method of construction does not, in the } judgment of the City Engineer, assure that the Improveioents were } [ ~ constructed in accordance with City specifications. 'I 2. Mutual Covenants of Owner and Contractor. Uwner and ~ Contractor mutually agree as follows: i (a) Pe!-form` a;,ce Bond; Escrow Agreement. That iE building h permits are to be issued for the develo meat j p prior to completion PAGE 4 'i i I and acceptance of all Improvements that are to be dedicated to the public: (i) a performance bond in an amount not less than the amount necessary to complete the Improvements, as determined by the City Engineer, shall be submitted guaranteeing the full and faithful completion of the Improvements meeting the specifications of the City, shall be in favor of the City, and shall be executed by an approved surety company authorized to do business in the State of Texas; or f (ii) if the cost of completing the Improvements, at the i time building permits are requested, is in an amount of $50,000 or less, as determined by the City Engineer, cash money in the amount necessary to complete the Improvements, as determined by the City Engineer, may be deposited with a bank as escrow agent, pursuant to an escrow agreement insuring completion of the Improvements. Without exception, the City's escrow agreement form shall be used. (b) Payment Bond; Assurance of Payment. That prior to j ` acceptance of the Improvements: (i) a payment bond will be furnished in an amount not less than one hundred percent (100;) of the approximate total cost of the contract cost of the Improvements guaranteeing the full and proper protection of all claimants supplying labor and materiel for the construction of the Improvements, shall be in favor of the City, and shall be executed by an approved surety company authorized I~I to do business in the State of Texas; or 1 I j (ii) if the total contract amount of all Improvements r is less than $50,000 and a payment bond has not been submitted in accordance with (i) above, Owner and Contractor agree and guarantee that any and ~ all debts due to any person, firm or corporation having furnished labor, material or both in the construction of the Improvements shall be fully paid and satisfied before acceptance of the e. I ~ PAGE 5 i 1 I I 1 j I 1 I I, ~ 1 I 1 i 1J~ 2 Improvements by the City and that, prior to acceptance - of the improvements, the owner and Contractor shall furnish a written affadavit, in a form provided by the City Engineer, stating that all bids, charges, accounts or claims for labor performed and material furnished in C connection with the construction of the Improvements have been paid in full and that there are no unreleased recorded liens filed against the Improvements, or land to which they are affixed, that are to be dedicated to the public. That, upon the request of the City Engineer, owner or Contractor shall furnish a complete list of all subcontractors who performed labor on, or supplied material for, the construction of the Improvements, and, when requested, a written statement trom any or i each of such subcontractors or suppliers that they pave F been paid in full. (c) Retainaye= Final Payments. (This provision (c) applies only where the Uwner and Contractor are not the same party.) That as security rot the faithful completion of the I4'jrovements, Contractor and uwner ayree that the Owner shall retain ten percent ~I of the total dollar amount of the contract Arica until after final i approval or acceptance of the improvements by the City. The uwner S shall thereafter pay the Contractor the retainaye, only after } Contractor has furnished to the Owner satisfactory evidence that all indebtedness connected with the work and all sums of money due for labor, materials, apparatus, fixtures or machinery furnished , for and used in the performance of the work have been paid or I E otherwise satisfied. (d) Encumbrances, That upon completion and approval or acceptance of the Improveirents of the City, the Improvements shall i° k I % i i PAGE 6 I i I ' I f I r I t 't i s uecome the 'prouerty of the City free and clear of all liens, claims, charges or encumbrances of any kind. If, after acceptance i of the Improvements, any claim, lien, charge or encumbrance is i made, or found to exist, against the Improvements, or land dedicated to the City, to which they are affixed, the Owner and i Contractor shall upon notice by the City promptly cause such E claim, lien, charge or encumbrance to be satisfied and released or ~ promptly post a bond with the City in the amount of such claim, E E lien, charye or encumbrance, in favor of the City, to insure payment of such claim, lien, charge or encumbrance. (e) Maintenance Bond, That prior to approval or acceptance of the improvements by the city, to furnish a maintenance bond in form and substance acceptable to the City, in the amount of ten percent (IU%) of the contract amount of the improvements, insuring E the repair and replacement of all detects due to faulty material I and workmanship that appear within one year from the date of acceptance. The bond shall be in favor of the City and shall be executed by an approved surety company authorized to do business in the state of Texas. i { (f) Indemnification. To indemnify, defend and save hariuless the City, its officers, ayents and employees from all { suits, actions or claims of any character, name and description E brought for or on account of any injuries or aamayes received as ! sustained by any person, persons or property on account of the i I PAGE 7 r i i I E i . 1 i operations of the Contractor, his agents, employees or sub- contractors; or on account of any negligent act or fault of the Contractor, his agents, employees or subcontractors in construction of the Improvements; and shall pay any Judgment, with costs, which may be obtained against the City growing out of such injury or f damage. 1 (9) agreement Controlling, That the provisions of this agreement shall control over any conflicting provisions of any contract between th•e Owner and Contractor as to the construction ' of the Improvements. I 3. Uccup` ancy, owner further agrees that Owner will not allow any purchasers, lessee or other person to occupy any building i within the development until all Improvements are completed and accepted by the City, and that upon violation thereof will pay the I City $3,UOU,UU as liquidated damages, but such payment shall not ue deemed approval of such occupancy and the city may take what- ever action necessary to restrain such occupancy, 4 4, Covenants of CttX. That, upon proper completion of the ! Improvements in accordance with this agreement, the city agrees to ! accept the Improvements. I S. Venue and Governln 111 Lax, The parties herein agree that ~ this contract shall be entorceaole in Denton County, Texas, and if legal action is necessary in connection therewith, exclusive venue PAGE 8 k f 1 , Y ' I. I I 1 1 r shall lie in Denton County, Texas, The terms and provisions of this contact shall be construed in accordance with the laws and court decisions of the State of Texas. 6. Successor and Assi ns, This contract shall be binding upon and inure to the benefit of the parties hereto, their respective t successors and assigns. E ~ Executer in triplicate this, 20th day of July 8 19 . I 114d- OWNER KEELS-ALVAF*-Z, CONTRACTOR ~ l.pWect, a Aw-sdN Co►trwteTOv rNe, BY: BY y~ j - i PITY OF ULUTON, TEXAS I~ i BY. CITY ANAGER ATTEST: j PWM" CITY C OF ENTON,oTEXAS SECRETARY i APPROVED AS TO LEGAL FORH: DEBRA ADANI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS 3 PAGE 9 ~ r is k. { •l TT= I~ f t I j 7 II ; t i I t j I 3 i j i i i 1