Loading...
1990-009 ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and city ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1042 JAGOE PUBLIC $437,748.95 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the 11~r day of , 1990. RAY EPHENS, MAYOR v ATTEST: h j,- NIFE LTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: )60~- BID-2 Page 2 DATE: JANUARY 16, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1042 - AVENUE A & E PAVING/DRAINAGE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Jagoe Public, in the amount of $437,748.95, with completion in 105 days after notice to begin. Section 3 of the bid will not be awarded at this time and will be rebid at a later date as funds become available. SUMMARY: This bid is for the repaving and drainage improvement on a section of Avenue A, repaving a section of Avenue E, some overlay work on Eagle Drive, and sidewalks along Avenue A and Avenue E. The bid includes all material and labor for the project. BACKGROUND: Tabulation Sheet, Memorandum from Jerry Clark. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Engineering, Public Works, and Citizens of Denton. FISCAL IMPACT: Funds for this project are included in the 1985 bond issue for Capital Improvements to Streets. Account #434-002-SB85-9105. Respe ully subtted: Lloy Harrell City Manager Prepared by: J Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent Approved: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - O w - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Ln O ~o O O M N G] (31 Q CH-1 a ~D Q 0 O H l0 H QJ pq O M Ln U) O U - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Ln m 61 O C~ 9 w u d+ Q c-I Q O H O L~ H I'O H pq ~ Pq F] (Y) 0 M O a > - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - w U') O O H H Q Z CY) rH~ H cn O Q ~ ~ ~ rn o H Q Q co Co a F ~t W W Ln 1 w w H co U 2 2 O O LIl w Cl) H H ri) I Q > f:4 H N a a w N a 11a w a~ P'~ w °o w wa WP w za °w U d+ H f:4 U FC x W U N w m a z a z CD > > ✓ UO > ~ > U E-~ *k Q ~D Oi O - - - - - - - - - - - - - - - - - - - - Q Q w U I H N M Pa p4 0 CITY of DENTON / 215 E. McKinney / Denton, Texas 76201 MEMORANDUM DATE: January 12, 1990 TO: Tom Shaw, Purchasing Agent FROM: Jerry Clark, City Engineer SUBJECT: Bid 1042 - Avenue A Paving and Drainage Bids were received on December 5, 1989 with Jagoe Public being the low bidder on the combined total. Award of the bid would allow the following to be constructed. Available Budget Bid 1. Avenue A Paving and Drainage 175,000 363,397 (I35E to Eagle Drive) 2. Avenue E - 135 to Eagle 36,326 26,897 3. Overlay Eagle - Avenue E to 135 0 18,899 4. Avenue A and Avenue E Sidewalks 30,300 28,554 Items two, three, and four are all well within funds available. Item 3 is an add on that was not in the bond issue but is critically needed. That portion of the street is in horrible shape. Excess funds from Avenue E will fund one-half and the Street Department maintenance funds one-half to address this problem while in the area. Item One is considerably over the available fund balance of $225,961 at $363,397.93. No interest has been allowed to accumulate in that fund since it was approved over 5 years ago. This project would have accumulated $100,000 approximately in compound interest over that time period. The other main issues involve modifications to the design to respond to existing and future needs in the area. This is one of three major entrances to UNT from the south. Since 75% or more of the students approach from the south, the intersections of Bell-Eagle, Welch-Eagle, Avenue A-Eagle, and 135E at Avenue D are nearing capacity. The design width of 45' back to back matches existing widths south of Eagle to 135E. This street already functions as a major collector or minor arterial. When the 135E at Avenue A/McCormick intersection is signalized and the road surface is upgraded so that it is driveable, we feel some students using other entrances will move to this one. Downgrading this situation to 34' as originally figured in 1984-85 would be an engineering mistake. Bid 1042 page 2 The original estimate in 1984-85 provided for a 34' street from 135E to Highland to provide local type access. The real critical need in the area is to provide access to Eagle for students to reach Welch, Avenue C, and Avenue E where the parking lots are. Therefore, we emphasized providing 4 lane access plus left turn lanes to Eagle. We designed left turn lanes from UNT south to Eagle. Funding issues and opposition from UNT campus development staff makes these upgrades unnecessary. Our estimate in 1985 ran the 34' street section up to Highland as local access. This section seems to have a poor cost benefit ratio as dispersion inside the UNT campus at the points of connection to Highland, Maple, etc becomes very confusing. The streets change from one way to two way, are offset, and most are too narrow with no turn lanes. Pedestrian volumes from dormitories and parking lots also would create potential conflicts if the section was upgraded in the future. These helped guide us towards our present design configuration. We recommend that Section III for $37,617.03 be deleted from the bid. The design that was bid addressed several major problems that effect the Fire Station there. First, the existing curve radii were extremely sharp to have the Fire Station and Underwood Road exits. Both exits do not have reasonable site distances. We designed a flatter curve that included a realignment of Underwood. This added 40' of extra street on Avenue A and a retaining wall. Underwood had to be rebuilt for 150' back. Cost for the Underwood work is about $5,300. Site distances for both exits will be improved greatly. Since students are the main component of Avenue A and speeds are high at times, good site distances are crucial. Changes to McCormick Street on the west side of the fire station upgrading access and parking totaled $4,500. The second issue that we feel will greatly reduce congestion, frustration, and increase operational safety is the addition of the left turn lane for Avenue A north bound traffic at Eagle. We will rephase the signal to allow a significant movement to occur. This will relieve pressure north of Eagle on Avenue A as this is a priority stated by UNT administrators in a recent meeting. Estimated cost - $2,200. We also have allowed a special material alternate for the drainage pipe on this project to reduce costs. Total drainage costs are in the range of $120,659. One major reason for this is the fact that the outfall on Eagle is old, undersized, and therefore makes the new drainage system fairly flat. A flatter slope requires larger pipes to carry the same flows. As a major cost cutter, all drainage could be eliminated but no real cost savings would be realized from trimming off inlets and small pipes upstream since the real costs are in the pipe and the many junction boxes, inlets, and utility adjustments. Utility adjustments on this project are estimated at $14,400 from the bid prices. This results from the lines being installed very shallow many years ago. Perhaps funding from other sources could help here. Finally, several minor add-ons due to policy changes or State laws have added significant costs to our projects. I will list those with bid cost as they effect Avenue A. (see next page) Bid 1042 page 3 1. Patterned riprap - $2,583 2. Hydromulch and St. Augustine Sod - $3,567 3. Excavation Protection - $1,500 4. Cement treated backfill versus replacement - $6,500 The difference in cost for 34' versus 45' is about $33,000 only figured from Eagle south to 135E. This project was also designed with an 8" pavement versus the original estimated 6" pavement thickness. Our experience combined with engineering judgment resulted in this design. The extra cost is only $24,900. We feel this could add about ten years to the life of the pavement. Two main advantages result from the extra 2". First, the curb is placed on a 2" pavement section that helps prevent rolling over. Second, the extra 2" helps resist the rutting and pavement failures caused by cement trucks, delivery trucks, etc. The UNT campus will continue to grow and, this being the most direct route off the interstate to the center of campus, will result in concrete trucks and other heavy vehicles associated using it. In summation, we need $210,000 to fund the project as designed this would include the changes in design and the increased costs of construction, testing, and capitalized labor. Design Cost Change Summary 34' versus 45' _ $ 33,000 Policy & Law changes = 14,150 8" versus 6" = 24,900 Curve modification = 22,203 McCormick access and parking = 4,500 Underwood realignment = 5,300 Retaining Wall = 13,000 Turn Lane - north bound = 2,200 Utility adjustments = 14,400 TOTAL = $133,653 We have researched the available funds in the 434 Fund - $10 million dollar issue. Interest has been allowed to accumulate untouched. There are more than adequate funds to meet this need and the Finance Department has no problem with this disbursement. This action places the accumulated interest on the projects that the voters approved. Please advise if you need further information. Je r Clark 0821E Qo-ooq CONTRACT AGREEMENT STATE-OF TEXAS COUNTY OF nENTOAI ) THIS AGREEMENT, made and entered into this 17 day of JANUARY A.D., 19 90, by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and JAGOE PUBLIC COMPANY. P_O BOX 250, 3020 FORT WORTH DRIVE DENTON TEXAS 76205 of the City of nENTnN , County of DENTON and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 1042 - P.O. #94687 - AVENUE A AND E PAVING AND DRAINAGE SECTION I $437,748.95 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices. stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. f _ ATTEST CITY OF DENTON O Party o he First t OWN By LLOYD V. HARRELL, CITY MANAGER (SEAL) ATTEST: JAGOE PUBLIC CO PANY Party the Secon Par CONTRACTOR By itle / , r (SEAL) \ti._/ lJ I APPROVED AS. 0 FORM: z M-y;;A torney ra>:x CA-2 0/044b l PERFOFJ1ANCE BOND STATE OF TEXAS COUNTY OF nFNTnN ) KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY , of the City of DENTON County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON as OWNER, in the penal sum of FOUR HUNDRED THIRTY SEVEN THOUSAND SEVEN HUNDRED FORTY EIGHT 5 95/100 Dollars ($437,748.95 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 17 day of JANUARY , 19 90 , for the construction of BID# 1042 - AVENUE A AND E PAVING AND DRAINAGE which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of January 19 90, JAGOE PUBLIC COMPANY SEABOARD SURETY COMPANY Principal Surety ByPf~LD9 Title V ' 1 1 ~S.-/-•SL Title Rosemary Weaver, Attorney-in-Fact Address P. O. Box 250 Address 8300 Douglas Ave., Suite 700 3020 Fort Worth Drive Dallas, Texas 75225 Denton, Texas 76205 \i (SEAL) SEAL) v ^ f1 L _ Lb5 S V ..The name and address of the Resident Agent of Surety is: CORROON & BLACK, INC. of Dallas 8300 Douglas Ave., Suite 700, Dallas, Texas 75225 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON ) KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY of the City of DENTON County of DON and State of TEXAS as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON TEXAS , OWNER, in the penal sum of FOUR HTTNDR FIB THIRTY AFVFN THOUSAND SF.VF.N HUNDRED FORTY EIGHT AND 95/100 Dollars ($437,748.95 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 17th day of JANUARY 19 9o RTT)i 1049 - AVENTIF. A AND P PAVTNG AND DRAINAGE to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of January , 19 90 , JAGOE PUBLIC COMPANY SEABOARD SURETY CMPANY Principal Surety c P~ Q^ \n BY Y oat( 6jl ~Q~~ Title V- ('e, Title Rosemary Weaver, Attorney-in-Fact Address P. 0. Box 250 Address 8300 Douglas Ave., Suite 700 3020 Fort Worth Drive Dallas, Texas 75225 Denton, Texas 76205 (SEAL) (SEAL) L s 4~ a. r The name and address of the Resident Agent of Surety is: CORROON & BLACK, INC. of Dallas 8300 Douglas Ave., Suite 700, Dallas, Texas 75225 PB-4 0092b MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON ) KNOW ALL MEN BY THESE PRESENTS: THAT ,TA O . PUBLIC COMPANY as Principal, and SEABOARD SURETY COMPANY a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of VEN HUNDRED SEVENTY FOUR AND 89/100 Dollars $ 43,774.89 , 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said TA O . P 1Br r COMPANY has this day entered into a written contract with the said City of Denton to build and construct BTD# 1047 AVENUE A AND F. PAVTNG AND DRATNAGE which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said JAGOE PUBLIC COMPANY as Contractor and Principal, has caused thesepresents to be executed by and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney-in-Fact Rosemary Weaver and the said Attorney-in-Fact has hereunto set his hand this 17th day of January 19 90 SURETY: PRINCIPAL: `SEABOARD-.SURETY COMPANY JAG E PUBLIC OMPANY Yf BY: "Rosemarv~Weaver E5~ Attorney in=Fact CORROON & BLACK, W. OF DALLAS 8300 DOUGLAS AVE., SUITE 700 DALLAS, TEXAS 75225 TEL. (214) 987-2100 MB-2 0093b Ccfp-yS_SABOARD=SURETY_CO_ANY 1NO 01NO 03=-7_-fi ADMINISTRAT EIY EFFIC S BEQMINSTER NEW JERSEY _ POWER OF ATTORNEY MEN B TY EH SE PRESENTS at---;S n EABOARD SURETY COMPANY oca rP rao tioa=dfit state of New rk ns made constit`otetl an`ppwnted.a~ end=tom _pre_senis doesmake, consntute~ ~ROSemary Weav2or ri J Xle ecor AM-Harvey YM - P o vQa` s Texas ~tts` id-lawf~ ttorney t~`cf k xecufeanddettveron,ltsbenalffnsurante:polides;suretyondsa`gsa_ ~ tther_Instiuments_of similar=nature asaollov - - - v-Without-Limitations d S h msu`nce pohcles s9 re-ty d~ nd akmgs.and i trruments for said pu p -w en duly executed€by th oresat =Attorney In,Fact shall~be bin=mg upon the sa=Company~ully an~o-t= ss~ a exten~ as rf signed by the ul h> i ed f~eof=the Company and~ealed wry ts: po_rate seat_and all the acts of satd:Attorey Ivlpursant to the`aathonty hereby given are hereby ratified=and confirmed appo` en~simade pursuant to the Il~ng_8y'`~whtch we~ce`dWy adopte&y t~ Boa[d of Direc`~rs~ the sail T`i ec~ = ornp~y` DecernB6r8th 192 i[h;Amendments to aod~ncludi` g Janu`ry 5 19`82. ae,=st(11 In,fulhforce a_nd.eff Polieies EbondsN\ og , Ca^ ^~rs -stiptilahona -cones--ae^ts.otsur ry derwritinq undertakings and ^s+ ^ume^ 8 elat~n fq weld. iin5urance poBC`ies bones recogn~zaoce -ssupuiations consents of sretyand:underwntmg!undie^akmgsof:thecompany and rieases;agree=~tandot- a iatin_g',^ any~y ~hereto:orio-any-cla,m or Loss-thereun0er shall be=sgned m-thename and.on=behalf oYthe-Company -ibii~n-CVZ~?,i by tie Company'appornand_ etl.andhaushor¢dry, ;by Chap man of t~Boi`_M S tt ry=oY aRe tl n Asses hsa reflfp. ~-ib) by a_`~Atto yd6n Fact- OeSt rcqiiayt Tne seal roi therCOmpany sha if approp^ate be af6xedihen O Dy any sudi ofi ter Attot rney ~n Fa t o oreprese t~atrve hme to time-d_etermme JZ: ivy ig MIN WITNESS WHEREOF " O, ARD SURETY COM` PANY_ ca~used_these press is t~besigned by_on ts, I e_ P s 0_ t t~is`cporate~ "ado be hereunto_ffix` wed ands Iy attested b_y one of it` s'~sista~t~S r tht"~1 day_of Sep teIIlb~eY-`%19 :8$~ osucrr~~ z . ARE _Att Y es { f~ / 1 SEABOARD=SURE=Y C-OMN ^~Agsistant 5ec etary ~S ATE~OF_~NEW=JERSEY =UN~T1r_OFWMERSEI $$~b f lly appeared On this lst da oy f September _ 19' a re me cson P lde1 B~Keegan` - a Vice rP estdent of SEABOARD SURETY COMPANY `w\th w maI pon~y acquainted who, being by_me duly sworn said°that~ \side~ ~"e=State-of -NBw >Terseg , hat~a V`ce Presi Hof S`ABOARD SORETY~COM~PANX _co-inreron f `ibeod'sa a~nd~~eh exect~_he`r`oing nstrument2hatheknot=orporateseal_o~=dCompany`[hatfhesealaffixetl=~ idmstrume`ni»sschcorpoate aI hat itwass~ffixedb`ordrofth B~dof:ut~cto~rsofsataGomany;an i 'entot said Co pang by Eke€authonty_ FSLICrM GAALANO:_ OTARY,PUBLIG OF NEW IERSEV~ f e"y My Commission Exp -June 4 1991 - _1 w ~`NOtary Publ` iv wati _F;OFN undersignedAsssistant Secretary of SEABOARD SU ETY COMPANYdoherebyc ify tha[tfieo^gmatPOwer of A[torneyof_which the foregang:js a reand-correctcopy,-ismfuiiforceandeffect-an hedatef thisarrtifcateandldofurt hercenu tKat3ie Vice-PresidiM-Woexecutedthesaid`POwecof- u Attorney one o h Officers:authorized Gythe:BOard appoint~mattorn_eydi_ fact<asy` ro 1- In- rticle_ Section t, o_ t tlie!*7 i- _ `EA-BOnI URca a mOybe s gned`an_ dsealed by m eetmleluntl ( ^e a d by-authonly o .bltowi g IuLOn of th` a Eae~ cui=v GOmmitte_e!of the Bo~F = ~Duectorsof_SEA - ARUSURETY`C` MPANY aLa:g dutycailed and heitl on the 25ttiday of March 1970 RESOLVED (2} That the use=o~,a pnnfed facsimile-of the corporate-seal or thelconpany-and:-Of.. signature of-an Assi t Secretary on_any= rbi ieati fa copyot an;mstrumenFezecutedby the:Ptealdent:ora:Vice-Pres,de_4.pursuanfao`Aiticle vll Sechont of t6e:By Laws on of9he.corectnerss o p ntmg a'd authormng an aattorney m-tact to-s,g^ ,n the-name an8 onatieh~of tl%Company surety bonds; u^darwntt^g=unQertakmgsor otfte ~sirument5-descnbed-in sa,d_Artde=Vli Section>7 with hke eHect`a~such-seal'and su_c~gnature had been manually a_ ~hxed-and mntle .hereby i5` ~authonzed an0 approved - - _ i `IftMITNESS~I6HER , 1 haveihereunWse~y and affixed he co=pes te` al of he Jpany~thes` =presents~s` n~ ~ y. - -~istant:SeeTetary _ z foiwenhcat~ ofthe authenticity oEthis Power,ofAttbrney you-may call; collect, 201-659-3500and ask fdrthePower of Attorney clerk: Pleaserefeiaothe Power of Atto'rne`v.riumtier9h~ above named individual(sLanddetails otthe bond fo which theoower is attached. In New York, Dial 212-627-5444 CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be.given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall- within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, non-owned, or hired The liability limits shall not be less than: 0 A combined single limit of $1,000,000. III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: o A combined single limit of $1,000,000. IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $1,000,000. INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 A 9 :1® t~ CERTIFICA~'Ef`OFa INSURANCE ~r r~~~ w~ ~'7~~~ISSUE DATE (MM/DDlYY r yt '`}c ?st in S i/ s~.. a a>~xzY> 1 3 vz,v g 5-yy ki' x. 124/90 t.ei...3$.:+.a°mu..,.~.aa...-sw.s....~.`~~ PRODUCER r' r, I I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Ramey King & Minnis ( NO RIGHTS UPON THE CERTIFICATE HOLDER: THIS CERTIFICATE DOES NOT AMEND, 707 First State Bank Bldg. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Denton, Texas 76201 " COMPANIES AFFORDING COVERAGE COMPANY LETTER A CODE - sue-coDE Trinity -Universal ._..._.___COMPANY NSURED _ LETTER B I Jagoe-Public Company, Inc. & i COMPANY LETTER C - G.G. Ricks & Sons, Inc. P.O. BOX 250 COMPANY LETTER D Denton, Texas 76202 L._COMPANY E LETTER COVERAGESti m, x.b. ~.7u t~ w.~ _ h... J ~ }-"Ei °'_-T' , ~x.f ~ipr ~ i~~ _.~i~i ~.~iT _ ~w~~-w . ":'i T ~`w~' ff ~ '~1~. _`n~ fS~`~xJ. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. v COI POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE( POLICY NUMBER DATE (MM/DD/YY) DATE (MM/OD/VY) I ALL LIMITS IN THOUSANDS GENERAL LIABILITY ( i GENERAL AGGREGATE is 2,000 A XI COMMERCIAL GENERAL LIABILITYi GL7455963 I 10/1/89 10/1/90 PRODUCTS COMPIOPS AGGREGATE( E 2, QQQ ( 1 CLAIMS MADE X OCCUR; PERSONAL & ADVERTISING INJURY) $ t s 000 I I OWNER'S & CONTRACTOR'S PROTi EACH OCCURRENCE is 1,000 I i FIRE DAMAGE (Any one fire $ 50 - MEDICAL EXPENSE (Any one person) E 5 FA UTOMOBILE LIABILITY i COMBINED r 1- A'X ANY AUTO I TBA6422963 10/1/89 Y,7(Z)(gg LIMGLE i E 1,000 IX ALL OWNEDAUTOS _ , BODILY 10/1/90 IX:_ SCHEDULED AUTOS ( I INJURY $ I 1 ' I (Per person) % X 1HIREDAUTOS Ii1 1 INJURY 1E IX NON-OWNED AUTOS.. - _ (Per accident) G ( f - GARAGE LIABILITY ! - - - 7 PROPERTY I I Y d. DAMAGE E 4 ' EXCESS LIABILITY 4 EACH AGGREGATE ' F1 Lt OCCURRENCE( A_ xf I 007441134 10/1/89 10/1/90 ' E E I ( OTHER THAN UMBRELLA FORM ( : `.3 a4 1, QQQ 1,000 STATUTORY WORKER'S COMPENSATION AND i I I s j - (EACH ACCIDENT) See Attached i- - - - EMPLOYEflS' LIABILITY ( E' (DISEASE-POLICY LIMIT) E (DISEASE-EACH EMPLOYEE OTHEOTHE_.~ R i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS City of Denton as Additional Insured CERTIFICATE HOLDER ~'^"'rt >'S~>,.,..2'sw.:'.::.i,..r.2.,y=F., CANCELLATION E,y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Denton 4{ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Attn: Tom Shaw MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 9018 Texas St. LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Denton, TExas 76201 - 1 LIABILITY OF ANY KIND UPON THE COMPANY AGENTS OR REPRESENTATIVES. "a AUTHORIZED REPRESENTATIVE n , s s ~c~ .;•a, ( - R : , Ramey King It Minni l ACORD 25•S (3/88) _ : ` V {{`~ACOF. CORPORATION•1988( ®Va~~~~®„°CERTIFICATE ® INSUF,NCET''-. * `II 4 t yR,= ISSUE DATE (MM/DO/Y -01=20=%0 at EL PRODUCEfl THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Ramey, King & Minnis IIISU ranCe E%TEND OR ALTER.THE COVERAGE AFFORDED BY THE POLICIES BELOW 707 First State Bank .Bldg. Denton, TX 76201 COMPANIES AFFORDING COVERAGE COMPANY CODE SUB-CODE LETTER A Hartford Accident & Indemnity Company COMPANY B - - INSURED - LETTER ' COMPANY G. G. Ricks & Sons, Inc.; LETTER C Jagoe-Public Company, Inc. COMPANY P. 0. Box 250 LETTER D Denton, TX 76202 COMPANY LETTER E - - COVERAGES ' " - ' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCPHBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. 41MITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE (MM/DDIYY)DATE (MMIDDIVV) ALL LIMITS IN THOUSANDS hGENERAL LIABILITY GENERAL AGGREGATE is COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPS AGGREGATE.I E CLAIMS MADE OCCUR. - PERSONAL & ADVERTISING INJURY S OWNER'S & CONTRACTOR'S PROF. EACH OCCURRENCE S FIRE DAMAGE (Any one lire) E MEDICAL EXPENSE (Any one person) AUTOMOBILE LIABILITY COMBINED I T { - SINGLE S ANY AUTO - LIMIT_ l cq 5 a5 ALL OWNED AUTOS BODILY SCHEDULED AUTOS INJURY E T a / r~T (Per person) q HIREDAUTOS BODILY I NON OWNED AUTOS INJURY E (For.CC,denq' 4 F' '$ae GARAGE LIABILITY PROPERTY -i~- _ DAMAGE E _ L _'L 1•I EXCESS LIABILITY tr :1 EACH AGGREGATE 2 ..i$000RRENCEE OTHER THAN UMBRELLA FORM - -Ii- S A WORKER'S COMPENSATION STATUTORY P AND 71 WZ CK1235-- 10-01-89 10-01-90 s 500 (EACH ACCIDENT) - _ I EMPLOYERS' LIABILITY E 500 (DISEASE-POLICY LIMIT) E 500 (DISEASE-EACH EMPLOYEE) OTHER a DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS - State of Texas CERTIFICATE HOLDER +ri _ I _ - CANCELLATION I * _ .e ~ ~y_.: _ . u` v . ~.lm»An.+..,.i L.. e"...n_M ~ h ...h-. • • -u.. ..a..../-.&. Yµ2' jF . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Dent OII EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 30 r; MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Attn: Tom Shaw , . ? LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO.OBLIGATION OR 9018 Texas St. Ell LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Denton, TX 76201 ] 1 AUTHORIZED REPRESENTAT VE .._.x.. .~•:.v+Ym-;: ..'~'.1?s^. ^R-.v...,.P.~ s-~,-.;~..r.,.re.._.. \ ~ , i'~ ' "©ACORD CORPORATION 1988ACORD25 S (3188) , CERTIFICATE OF INSURANCE CITY OF DENTON N-me and,Address of Agency City of Denton Reference: Project Name: Project No: Phone Project Location: Managing Dept: Name and Address of Insured: Companies Affording Coverage: A B Phone C This is to certify that policies of insurance listed below have been issued and are in force at this time. Company Expiration Limits of Liability Letter Type of Insurance Polio Number Date In Thousands (000) Comprehensive General Liability - Occurrence Occurrence - Claims Made (see #2-reverse) Bodily Injury $ Broad Form to Includes Property Damage $ - Premises/Operations - Independent Contractors - Products/Completed Operations Bodily injury and Property - Personal injury Dame" Combined $ . - Contractual -Liability (see #I-reverse) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see #3-reverse) - Broad Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see #2-reverse) rehensIve AutrnnbIIa Bodily Injury/Person $ . Li iIity Bodily Injury/Accident $ - Owned/Leased Automobiles Property Damage $ - Non-owned Automobiles - Hired Automobiles Bodily Injury/Property Damage Combined $ - Workers' Compensation and Statutory Mount Employers' Liability _ e&= Other Insurance Description of Operations/Locations/Vehicles. The City of Denton is an additional insured as its interest may appear as defined on the reverse side. Name and address of Certificate Holder. CITY OF DENTON, TEXAS ISSUED PURCHASING AGENT 901-8 TEXAS ST. AUTHORIZED HLI'M51ENTATIVE DENTON, TEXAS 76201 SEE BALANCE OF CONDITIONS ON PAGE C14 ATTACHED. 00451 CI - 3' CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days. advance' written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. CONTRACTURAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include. a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 2. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following . formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a. extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 3. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to-structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. CI - 4 NOTICE TO BIDDERS Sealed bid proposals addressed to the City of Denton, Purchasing Department, 901-B Texas Street, Denton, Texas, 76201 will be received at the office of the Purchasing Agent until 2:00 P.M. DECEMBER 5. 1989 BID# 1042 - AVE A 5 AVE E PAVING AND DRAINAGE The bids will be publicly opened and read, bids received later than the specified time and date will be returned to the bidder unopened. The bids will then be officially reviewed and awarded by the City Council as soon thereafter as possible. All bid proposals must be made on the printed document forms included in the specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within 60 days from and after the date of the bid opening. Each bid must be accompanied by a cashier's check, certified check or acceptable bidders bond payable without recourse to the City of Denton, Texas in amount not less than five (5%) percent of the bid submitted as a guarantee that the bidder will enter into a contract and execute a performance bond, payment bond, and the required insurance certificate and owner's protection policy within fifteen (15) days after the notification of the award of the contract to the bidder. Qualified' prospective bidders may obtain copies of the bid invitation with information to bidders, bid proposals, plans and/or specifications at the office of the Purchasing Agent, located at 901-B Texas Street, Denton, Texas in the Purchasing/Warehouse portion of the Service Center Complex, on deposit of Fifty ($50.00) dollars per set. Deposit will be refunded provided the documents are returned to the City of Denton, Purchasing Office within fifteen (15) days after the bids are opened. The City of Denton, Texas reserves the right to reject any and all bids and to waive defects in bids. Minority and small business vendors or contractors are encouraged to bid on any and all City of Denton projects. CITY OF DENTON, TEXAS John J. Marshall, C.P.M. Purchasing Agent This advertisement to run NOVEMBER 14 AND NOVEMBER 91, 1QRQ N - 1 B I D #IDA2 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR 'THE CONSTRUCTION OF Avenue A and Avenue E Paving and Drainage IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other. person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and 'agrees' that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements 'of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 1 BID $ 1042 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the owner, and shall be considered as a. payment for damages due to delay and other -inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work' of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P - 2 WORK DAYS 60 Avenue A BID NO. 1042 Paving and Drainage PO NO. (Base Bid Asphalt) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I I I I 3-A I _Remove Concrete Pavement 1 90 1 SY I $ eO/ SY I $ / 00 I Remove Concrete Curb I I I 3-B I and Gutter I 3,350 I LF I $ / e/ LF I $ 1,-rte I Remove Concrete I I I I 3-C I Driveway and Sidewalk I 490 SY I $ SY I $ I I I I I SP-33.A I Remove Concrete Inlets I 3 I EA I $-S-F~ o-°/ EA I $ Sao S I I I I I 3.3 1 Unclassified Excavation 1 4,625 1 CY I $ CY I $ 1 6' lime treatment of I I I 4.6-B I subgrade 1 11,500 I SY I $ BY I $ I Type A Hydrated lime I I I I 4.6-A I slurry I 138 TON I $ ;~=`/TON 1 $ f4~r~l 1 2' Asphalt Pavement I I 5.7-A.1 I (Type A) - I 9,960 1 Sy I $ SY I $ -,'y 1 4 1/2" Asphalt Pavement I 1 I (y 5.7-A.2 I (Type A) 9,700 1 BY I $ SY $ 11 1/2" Asphalt Pavement I I I I 5.7-A.3 I (TYpe D) 1 9,700 1 SY I $ SY I $ 12" Asphalt Patch Materiall I 5.7-B I (Type D) I 30 I TON $ ~`-Om/TON $ 4 FS _ 1 8" Asphalt Pavement I I' 1 5.7-A.4 1 (valley Gutter) I 100 1 BY I $ ~1 4S/ SY I $ i I I I I 8.2-A concrete curb and Gutter I 3,300 1 LF I $ L6 / LF I $'/i ydh = l I I I 5.8-A.3 16" Concrete Flatwork I 165 I BY I $,'A / I / SY I $ "7 Cap?_ is I I I I _ I 8.3-A 1 4' Concrete Sidewalk I 5 1 SY I $ Tom/ SY I $ 1Z3S I I I I I 8.3-B 1 6' Concrete Driveway I 935 1 SY SY 1 I I I I I _SP-15.A I Adjust Water Valve I 14 1 EA 1 $ ZGO~f/ EA I $ '~f'D!' "I I I I I _ SP-15.B I Adjust Man Hole I 5 I EA I $ EA 1 - $ I I I I I 3.7 I Compacted Fill - I 280 1 CY I $ CY I $ I I I I I SP-2 I Concrete Saw Cut I 670 I LF I $ LF I $ I I I I I 6.15-B I Concrete Flume I 1 1 EA I $ EA I 3.10.7 I Hydromulch I 3,496 1 SY 1 $ sY I $ P _ 3 WORK DAYS 60 Avenue A BID NO. 7(149 Paving and Drainage PO NO. (Base Bid Asphalt) BID TABULATION SHEET ITEM_ DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I I I I 3.9.3 I St. Augustine Sod I 350 I BY I $ 1-° / SY $ 1 4 Colored and Patterned I 5.8-A.2 I Concrete Flatwork I I 1 i I 82 I Sy I $ ~a BY I $•--z3 Y I I I I 8.15-A I 4" Concrete Rip Rap I 44 I SY I $ SY I $ 9G-P C° I Remove and Replace I I I SP-40 I Brick Sidewalk I 4 I SY I $ _3 SY I $ I I I I SP-21 I French Drain I 850 I LF Sy I $ 1 I I I SP-10 I Rack Excavation I 50 I Cy I $ Cy I $ I 2.12.3-A ( 15" Class IV RCP 1 38 I LF I LF I $ = I 2.12.3-B I 18' Class IV RCP I 260 I LF I $ •-lj. ee / LF I $,,3 qp~, `a I 2.12.3-C 1 21" Class IV RCP I 91 I LF I $ , LF I 2.12.3-D 1 24' Class IV RCP I 62 I LF I $ LF I $ `O I I I 1 2.12.3-E I 27" Class IV RCP I 46 I LF I $ LF I 1 I I I ` 2.12.3-F 130' Class IV RCP I 95 I LF I $ `P/ LF I $ 12,}, I I I 1 I 2.12.3-G 1 36" Class IV RCP I 560 I LF 1 $ LF I 1 I 1 I 2.12.3-H 142" Class IV RCP I - 324 I LF I $ LF I $ /Z I 1 I I I 2.12.3-I 1 18' Class III RCP _ I 50 I LF I $ LF I $ 1 I I I I 2.12.3-J I 21" Class III RCP I 22 I LF 1 $ LF I $ O° I I I I I 7.6 14' Manhole and Cover I 1 I EA EA I $ G✓ ~e 15 x 5 Junction Box and I I 7.6.A-1 I Cover I 4 I EA I .56.7 Fe?°~ EA I $ "O 1 7 x 5 Junction Box and I 7.6.A-2 I Cover I 1 I EA I " ~^C!.I-e EA I $ O!',`0 1 10 x 5 Junction Box and I 7.6.A-3 I Cover I 1 I EA EA I $ 3. 1 8 x 5'JUnction Box and I I I 7.6.A-4 I Cover I 1 I EA I $ °P EA I $ °O 1 6 x 5 Junction Box and I I I 1 7.6.A-5 I Cover I 1 I EA I $ 7 EA I 1 I I 7.6.A-6 16' Curb, Inlet 1 12 °n I u - I EA I $ ? EA I $/-3 CPI; P - 4 WORK DAYS 60 Avenue A Paving and BID NO. 1042 Drainage. (Base Bid Asphalt) PO NO. BID TABULATION SHEET ITEM _DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I I I I 7.6.A-7 1 8' Curb Inlet I 2 1 EA 1 $ 44/! `=/EA I $ o! `O I I I I 1 7.6.A-8 1 10' Curb Inlet I 3 1- EA I $/Slo SEA 1 3`e757z,'' I I I I 1 2.11.5 1 Inlet Frame and Cover I 14 1 EA I $ l~ `C/EA 1 $ .Qe//~ on I 1 SP-33.B I Remove Manhole I 1 I EA I $ 17e, ~~EA I S' SCl' °v I I I I 1 SP-44 I Remove 151 RCP I 100 1 LF I $ - /LF 1 $ 75e, I I I I I SP-4 I Lower Water Line 6 I EA I $ / -01o °-7 EA 1 1 I I I I SP-27.A I Water Service Adjustment 1 7 1 EA I $ 3/'z EA I $ /6D I I I I I SP-27.B I Sewer Service Adjustment 1 7 1 EA I $ erg EA 1 I I I I SP-37 I Excavation Protection I I LS I $ y fT~ `0-LS I $ I Contractors Warranties I I I 1.21 1 and Understandings I I LS I $ 1 ~•ZS/BLS I Barricades, Warning I I I 8.1 1 Signs and Detours I I LS I $ -lC!el) -/LS 1 $ ~~hn I Preparation of Right of I I I I 3.1 1 Way I I LS =°/LS 1 $ I 1 1 1 I SP-39 I Project Signs 1 2 1 EA 1 $ -7JC~ ~7EA I $ I Relocate Private I I I I SP-46 I Light Pole 1 1 1 EA 1 $ C9EA 1 $ ~6F °n I I I I I SP-47 I Concrete Steps -(Set of 3) 1 5 1 EA I $ n-/EA I $ I F I I I SP-48 I Fire Hydrant Adjustment .1 1 1 EA 1 $ 5~,6 C%/EA 1 3 I Misc. Sprinkler I I I I SP-49 I System Adjustments I I LS 1 $ m/LS I $ 1 I I I I I I I TOTAL I $ 3i7iy3 I I I I I - 1 I I I$ / I$ I * 3.10.3 1 Seeding 1 3,496 1 SY 1 $ T BY 1 $ I I I I I 1 I I 1 3 / I$ 1 I. I I I I I 13 / I$ I I I I I I I I $ / I $ * This item may replace 3.10.7 (Hydromulch) P - 5 WORK DAYS 25 BID NO. 1042 - Avenue E Paving- - PO NO. (Asphalt) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I I I I 3-A I Remove Concrete Pavement I 130 SY 1 $ ~7 ° / Sy 1 $ glZp Remove Concrete. Curb I I I 3-B I and Gutter I 690 I LF LF '1 $ I I I I I 3.3 1 Unclassified Excavation I 785 1 CY 1 3 cY I $ .3 ~?1--7 16' Lime treatment of. I 1 I I 4.6-B I subgrade I 710 I SY I $ -12 SY I $ / ~~5-- I Type A Hydrated Lime I I I I 4.6-A I Slurry I 6 I TON $ 7-S,.'/TON 1 $ 14 1/2' Asphalt Pavement I I I I 5.7-A-2 I (Type A) I 500 I SY I $ SY I $~~~.5 11 1/2' Asphalt Pavement I I I 5.7-A.3 I (Type D) I 567 SY I $ 7 / Sy I $ 11,7'}? 13 1/2' Asphalt Pavement I I 5.7-A.5 I (Type A) I 67 I SY I $ V, r= / SY I $ 12' Asphalt Patch Materiall I I I 5.7-B I(Type D) I 5 1 TON 1 3- fi/TON 1 $ "-1 8' Asphalt Pavement I I I I 5.7-A.4 I (Valley Gutter) I 10 I SY I =n / SY I $ /E.r I I I I I 8.2-A I Concrete Curb and Gutter I 860 I LF 1 $ SLF 1 $ 1 I I I I 5.8-A.4 1 8' Concrete Pavement I 18 SY I $ SY I En I I I I I 5.8-A.3 1 6' Concrete Flatwork I 35 SY I $ >s`~ SY I $ 2- I I I I I 8.2 I Integral curb I 153 1 LF 1 $ LF I $ 8.3-B I 6' Concrete Driveway 1 49 1 SY SY I $ 1 I I I I ' 3.7 I compacted Fill I 275 I CY I $ / CY I $ I I I I I SP-2 Concrete Saw Cut ( 125 1 LF 1 $ LF 1 $ I I I I 3.10.7 I Hydromulch I 1,403 I SY I $ SY I I contractors warranties 1 I I 1 1.21 I and Understandings I I LS I $ 2/%/ LS 1 $ I Barricades, Warning i I I es~ 1 8.1 I Signs and Detours I I LS I $ rLS 1 $ I I I I I ' SP-37 I Excavation Protection LS I $ //X nom/ LS I $ le-er, I Preparation of Right I 1 3.1 I of Way I LS I $ J-7r. LS 1 $ I I I I I SP-39 I Project Signs 1 2 1 EA I EA 1 $ I I I 1 1 2.12.20 I 4' PVC Water line 1 30 1 LF I $ /d LF I $ ^6 P _ 9 WORK DAYS 25 BID NO. 1042 Avenue E Paving - PO NO. (Asphalt) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Misc. Sprinkler I I I I SP-49 I System Adjustments -LS $ ~&-e `TLS I $ ,,.rC(~ on I I I ~y yk"7 I I I $ TOTAL I$ ~?h 1 I: I I I 1 I I I $ / $ I I I I I 3.10.3 I Seeding I 1,403 I SY I $ SY I $ I 1 I I I I I I $ / $ I I I I I I I I I$ / I$ I I I I I " I I I I$~ / I$ I I i I I I I I I$ / I$ I I I I I I I I I$ / I$ I I I I I I I I $ / I$ I_ I I I I I I I I$ / I$ I I I I I I I I I$ % I$ I I I I I I I I I$ / I$ I I I I I I I I I$ / I$ I I I I I - I I I I$ / I$ I - I I I I I I 1 I$ / I$ I I I I I I I I I S / I$ I I I I I I I I I $ / I I I I I- I I I I I$ / I$ I I I I I I I I I $ / I I I I I I I I I I$ / I$ I I I I I I I I I$ / I$ I I I I I I I. I I $ / I$ • This item may replace 3.10.7 (Hydromulch) P - 10 WORK DAYS 30 BID NO. 1042 Avenue A Paving and Drainage _ PO NO. North of Eagle Drive (Asphalt) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I I I I 3-A I Remove Concrete Pavement I 7 1 BY $ M. / SY 1 $ X71% I Remove Concrete curb I I I I 3-B I and gutter I 455 I LF I LF I $ 4/,/ c~ I Remove Concrete Driveway I I I 3-C I and Sidewalk I 50 1 SY 1 $ y cr / SY I $ v~Of e° I I I. I SP-33.A I Remove . Concrete Inlet I 1 I EA I $ ref' ~'/7 EA I $ 3~/ I I I I I 3.3 1 Unclassified Excavation 1 440 I CY $ z~/ CY $ 1 6" lime treatment of I" I I i 4.6-B I subgrade I 1 900 1 SY I $ SY I $ I Type A Hydrated Lime I I I I 4.6-A I Slurry I 23 TON /TON I $ 12 Asphalt Pavement I I I I ' 5.7-A.1 I Base (Type A) I 1,800 1 BY I $ SY I $ 3?! 14 1/2" Asphalt Pavement- I I I I 5.7-A.2 1 Base (Type A) I 1,625 I SY I $ 1:5-1 / SY I $ z/% 11 1/2 Asphalt Pavement I I I ' 5.7-A.3 I_ (Type D) I 1,625 I BY I SY I $ 12" Asphalt Pavement I I I _ I 5.7-3 I (Type D) Patch Material 1 5 TON I $ JJ C-/ TON 1 I 1 1 8.2-A I Concrete Curb and Gutter p 360 I LF 1 $ LF 1 $ 1 I I I 1 5.8-A.3 16" Concrete Flatwork I 23 1 SY I $SY 1 $ ~f 1 I I I I 8.3-A. I 4" Concrete Sidewalk 1 5 1 BY I ~a BY I $ I I 8.3-B 16' Concrete Driveway I 78 1 SY Sy I $ I_-50 I I I I I ' SP-15.A I_ Adi_ust Water Valve I 3 I EA I $ EA I $ 6C 1 I SP-15..B. I Adjust manhole I 3 1 EA I $-W/30, n°/ EA I $ 1 I I I I SP-2 I Concrete Saw Cut I 45 I LF I $ '3 tO/ LF I $ I I I I I 3.10.7 I Hydromulch I 250 I SY I $ SY 1 I I I I 2.12.3-D 124' Class IV RCP 10 1 LF I $ LF 1 $ 1 I I I 7.6.A-6 I 6' Curb Inlet I 2 1 EA I $ kl EA 1 $ I 6 I I I 2.11.5 I Inlet Frame and Cover I 1 I EA I $ / EA I $ / fO I I I I I 1 I I $ / I $ P - 13 WORK DAYS 30 BID NO. 1042 Avenue A Paving and Drainage PO NO. North of Eagle Drive (Asphalt) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ' I I I I SP-37 I Excavation Protection I I Ls I $ o2DD..'-o/ Ls I $ moo. - I Barricades, Warning Signsl I I 1 8.1 I and Detours I - I LS I $ LS I $ I Preparation of Right of I I I I 3.1 I Way I - LS 1 $ J7A LS 1 $ 7 ~O I I I I 1 SP-10 I Rock Excavation I 50 1 CY I $ , ' Cy I $ 7G,oo I Contractors Warranties I I I 1.21 I_ and Understandings I - I LS 1 $ LS 1 I I I I 1 3.9.3 I St. Augustine Sod I 25 1 SY I $ SY I $ . 1 I I I I I I I 13 / I S I I I I I L;l?.o3 ~ I I I TOTAL 1 V. I I 1 I I I I $ / I $ I 1 * 3.10.3 I Seeding I 250 I SY 11 $ /r) 1 $ 1-7SCO I I I I I $ / I $ I I I I 1 . I I I I$ / I$ I I I 1 1 I I I $ / 1 $ I I I I I I I $ / I $ 1 I I I I I I I 13 / I S I I I I I I I I $ / I $ I I I I 1 I 1 $ / $ 1 I I I 1 - I I I I$ / I$ I I I I I I I $ / 13 I I I I 1 I I $ / I $ I 1 I I I 1 I I I $ I I I I I 1 I $ / I $ I I I I I 1 I I I$ / I$ * This item may replace item 3.10.7 (hydromulch) P - 14 WORK DAYS 15 BID NO. 1042 Avenue A and Avenue E PO NO. Sidewalks BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Class A Concrete I I I I 8.7 1 Retaining wall 772 I LF i $ LF 1 $ I I I 8.3-A 14" Concrete Sidewalks I 990 I SY I $ SY I Textured Steel Sidewalk I I I I _SP-45 I Plate I 1 EA $ ~tSl' 7 EA I 3 ,~7~0 ev I Contractors' warranties I I I 1.21 I and Understandings I - 1 LS I LS I a= I I I I I' 3.10.7 I Hydromulch I 1,020 I Sy Sy I I I 1 1 3.9.3 I St. Augustine Sod I 102 I SY I SY I I I I I 1 I I $ / 1 3 I I I I I 1 I I I$ / I S I I I I I I I I 13 / I S I I I I I I I I $ / I $ I 1 I I I 1 I I I$ / I$ 1' I I I TOTAL I $ I I I I I I I I $ / I $ 1 I I I 1 *3.10.3 I Seeding f 1,020 I SY I $ /n -'t Sy I $ 1 I I I I 1 I I 13 / I$ 1 I I I I I I I I$ / I$ I I I I I I I I I$ / I$ I I I I 1 I I I I$ / I$ I I I I I _ I I I I $ / I$ I I I I I I I ~ I $ / I$ I I I I I I f I I$ / I$ I I I I I I I I I$ / I~ I I I I I 1 I I I$ / I$ I I I I I I I I$ / I~ I I I I I 1 I I i$ / I$ * This item may replace item 3.10.7 (hydromulch) P - 17 WORK DAYS 5 BID NO.. 1042 Eagle Drive Overlay PO NO. (West of Avenue E) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I I I I 4.6.4-D I Compaction of Subgrade 1 1,983 1 Sy I $ Sy I $ Sp 1 4 1/2 Asphalt Pavement I 5.7-A.2 I (Type A) Base 1 1,983 I Sy II $ l 3/ SY 1 $ /1 h?yr/ Sn 1 1 1/2 Asphalt Pavement I I I I 5.7-A.3 I (Type D) I 1,983 I SY I $ ^Y $ G~ GO I Contractors Warranties I I I I _ 1.21 1 and _Understandings I - I LS I $ LS I $ I Barricades, Warning I I I I 8.1 1 Signs and Detours I - I LS I $ LS I $ I I I I I I I I TOTAL 1 $ / ~~9 yz 1 I I I I I I I I I I I I I I I I 1 I I I I I I_ I I I I I I 1 I I I I 1 I I I 1 1 I 1 I I 1 I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I 1 1 I I I I I I I I I 1 I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I 1 i I I I 1 I I I I 1 I I I 1 1 I I I 1. 1 I I I I I I I I 1 I I I I I 1 I I I 1 1 I I I I I I I I i P - 18 BID #1042 BID SUMMARY TOTAL BID PRICE IN WORDS / /"1Uv'lirhr' TCv~, ~~i T iC i ~ ~ 1~CU~or rvm Z avPO C X'f'.' V Y v ~y i In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract,. to secure proper compliance with the terms and provisions of the contract, to insure. and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. T11 117 oe - y7~urn,n.ze~✓ -L, CONTR OR L BY C 1 y U ~7Z 0 2 '5- 0 3n 2C !=7Z r h Street Address City and State Seal & Authorization / (If a Corporation) Zj Telephone B - 1 BID# 1042 BID SUMMARY Work Days Bid I. Base Bid Asphalt A. Avenue A Paving and Drainage 60 (Asphalt) B. Avenue E Paving 25 $ S 7 '~"5' (Asphalt) C. Avenue A and Avenue E Sidewalks 15 $ D. Eagle Drive Overlay 5 $ ~~ryyZ *Total Asphalt Bid $ x_37, 7 II. Base Bid Concrete A. Avenue A Paving and Drainage 60 $ (Concrete) B. Avenue E Paving 25 $ (Concrete) C. Avenue A and Avenue E Sidewalks 15 $ D. Eagle Drive Overlay 5 $ *Total Concrete Bid $ III. Avenue A North of Eagle Drive 30 $ j (Asphalt) IV. Avenue A North of Eagle Drive 30 $ (Concrete) pp 75 *NOTE: Due to the heavy usage of the streets involved including emergency vehicles, work days will be kept separate on each section of the project so that one section of the project does not get spread out over the duration of the entire project. Once work starts on a section of this project, work days will start on that section and will be counted continuously until complete except for bad weather days and City caused delays. 7c) c 2 -gip B - 2 SEABOARD SURETY COMPANY ADMINISTRATIVE OFFICES: BEDMINSTER, NEW JERSEY PROPOSAL BOND Xnnm aLl turn hg t4fsf Fresents: THAT WE, Jagoe-Public Company as principal, and SEABOARD SURETY COMPANY, a corporation under the laws of the State of New York, having its principal place of business in the City of New York, New York, as surety, are held and firmly bound unto City of Denton Five Percent (5%) of the greatest amount bid as obligee, in the sum of DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 5th day of December 19 89. WHEREAS, the said principal is herewith submitting its proposal for Project #1042 Avenue A and Avenue E Paving and Drainage. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract upon said proposal and shall within the required number of days after the notice of. such award enter into a contract and give bond for the faithful performance of. the contract, then this obligation shall be null and void; otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the said work if the latter amount be in excess of the former; but in no event shall the surety's liability exceed the penal sum hereof. Jagoe-Public Company Principal ILL. (il4l) »;-21~J SEABOARD SURETY COMPANY; i BY= Fo"m 136 - Tonv J.i Kl eoeAttorney-in-Fact tified Copy SEABOARD SURETY COMPANY FFF 1372 e,Ao. 10376 ADMINISTRATIVE OFFICES, BEDMINSTER, NEW JERSEY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That 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 Tony.J. Klepec or K.R. Harvey of Dallas Texas its true and lawful Attorney-in-Fact, to make; execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of similar nature as follows: Without Limitations Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney-in-Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officers of the Company and sealed with its corporate seat; and all the acts of said Attorney-in-Fact, pursuant to the authority hereby given, are hereby ratified and confirmed. This appointment is made pursuant to the following By-Laws which were duly adopted by the Board of Directors of the said Company on December.8th, 1927, with Amendments to and including January 15, 1982 and are still in full force and effect: ARTICLE VII, SECTION 1. "Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thereto. Insurance poi icies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the Company (a) by the Chairman of the Board. the Presitlent, a Vice-President or a Resident Vice-President and by the Secretary. an Assistant Secretary, a Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney-in-Fact for the Company appointed and authorized by the Chairman of the Board, the President or a Vice-President to make such signature; or (c) by such other officers or representatives as the Board may from time to time determine. ' The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney-in-Fact or representative." IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice- Presidents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ..ls.t......... day of _Sep.tember..... 19..81 0 Sp NE1Y Attest: SEABOARD SURETY COMPANY,, 19 2 7 ~ Q [J~l"//11 QQ po ►l/, (Seal)11 % :a...sti c y,,QO ~i ...By. .w.... Ol A(W . As . sitant Sec etary Vic -President STATE OF NEW JERSEY ss.: COUNTY OF SOMERSET On this ....ls.t day of September.____.._._......... 198 - 8 , before me personally appeared ..Michael_.B..--.Ke.ega a Vice-President of SEABOARD SURETY COMPANY, with whom I am personally acquainted, who, being by me duly 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 seal of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice-President of said Co{npany by like authority. FELICE M. CATALANO NOTARY PUBLIC OF NEW IERSEY J3. My Commission Exp. June 4, 1991 ry C E R T I F I C A T E. Nota Public dersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is correct copy, is in full force and effect on the date of this Certificate and l do further certify that the Vice-President who executed the said Power of Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney-in-fact as provided in Article VII, Section 1, of the By-Laws of SEABOARD SURETY COMPANY. This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Executive Committee of the Board of Directors of SEABOARD SURETY COMPANY at a meeting duly called and held on the 25th day of March 1970. "RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the Company and of the signature of an Assistant Secretary on any certification of the correctness of a copy of an instrument executed by the President or a Vice-President pursuant to Article VII, Section 1, of the By-Laws appointing and authorizing an attorney-in-fact to sign in the name and on behalf of the Company surety bonds, underwriting undertakings or other instruments described in said Article VII, Section 1, with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved." IN WITNESS WHERE?fh1 have hereunto set,TnyC hnJ and affixed the corporate seal of tt~Lompany to these presents this oPO SO*Err~o .._5L....-- day of . UE' em De . r 19.-. - ...---JJ--- m 1927 Assistant Secretary \n_sfe - Form 957(Rm. 7/84) For verification blithe authenticity of this Power of Attorney youmay call, collect, 201-658-3500 and ask for zhe Power of Attorney clerk. Please refer to the Power of Attorney number, the above named individual(s) and details of the bond to which the power is attached. In New York, Dial 212-627-5444. .