Loading...
1988-0730923L NO FS D AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THB 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 construct on o public works or im?rovements, 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 9790 Onyx Construction Company $226,229 00 9839 Dickerson Construction Company 84,829 00 9842 Calvert Paving Corporation 291,572 36 SECTION II That the acceptance and approval of the above competitive bf ds 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 necessary written contracts for the performance of IT- execute a 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 compet tfve finds 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 imme iately upon its passage and approval PASSED AND APPROVED this the 19th day of April, 1988 RAY S P sNS, M YOR ATTEST J IF IA TERS, CITY S CRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY &XA 4 PAGE TWO DATE April 19, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9790 - WASTEWATER PLANT MISCELLANEOUS IMPROVEMENTS RECOMIENDATION We recommend this bid be awarded to the lowest bidder, Onyx Construction Company in the amount of $226,229 00 SUMMITRY This bid is for the purchase of materials and labor to perform improvements at the Wastewater Treatment Plant The improvements include painting and repair of clarifier mechancisms, replacement of weer plates and braces, and installation of effluent flow meter BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Wastewater Treatment Plant FISCAL IMPACT Sewer Bonds Account Number 624-008-0470-9101 Respectfully submitted /Z., y'. oy Harre 1 City tanager Prepared by Name om aw, Title Assistant Purchasing Agent Approved Name John J Marshall, C P M Title Purchasing Agent 1 I Tr I CI ml m I I rll TI i m 1 ai a i wl i of a . I I 1 c z l m a 1 wM 1 1 I ~1 1 til _ _ _ _ _ _ _ _1 I I rl _ _ _ _ I I I 1 m 1 1 I 1 I I I i 1 I I I i 1 I 1 1 1 1 I ~ I y 1 I I I ~l l ti t V ~ j I 1 ill ~I I 1 ml ]TI m r I I 1 1 1 1 1 HI m I .Tj A i I 'ti 1 I hl 1 A I ¢l -I m SQ m I I m Z 1 i I i I m i 1 ~ m z o m ~ y i a 1 1 I sl Q a r a s en 1 m I I TI sl ~ m I fr ~ I 1 I 1 " -ll I y n m ^ Y/l ~1 [jf 2 I 1 l 1 I I f I ~ I m Z O 1 m T w y 1 1 a yl r ti _ I ~1 I I I Cf 1 y i 1 1 I 1 1 I . m y fR 1 I p S. 1 1 I 1 I I I ~1 3 ' 1 1 1 ~ 1 I I I zl _I I I til ~ m c Inc' 10 i c i o Z~ m m m a i a r S m ( 9 l V b m ll f ~ i 1 J I S C1 m fJl SO IS SJI ; i Ci ~1 M ~ Im m m 1 1 ~ a .m m m ® i ~ m g N N 1 1 T •J vmi r."Oil m -a ~ 1p qp ~ ~ o ~ i 0 a r N i m z m i s c n s ~ ~ N N i z i o a b~ m m n z m m h l N ° i ~ s r vl c . "O.. r s m . i o Ti r I I hl r I i T i N ~O I I K m I Jl C] 'ti !.1 ' m m m 1] 1 1`Zt 1 -0 Z O l /f ® N T Cll V m *O ~ I C1 'rt ~O ? ~ S.J i A ~ ~ ~ r i Z m m I I I I I 1 I I j t I 1 m I 1 z 1 1 a I I o I 1 A I Denton THIS AGREEMENT, made and entered into this 2nd day of May . STATE OF TEXAS COUNTY OF DENTON A.D., 19 88, by and between of the County of CONTRACT AGREEMENT the City of Denton and State of Texas, acting through its City Manager thereunto duly authorized Party of the First Part, hereinafter termed the OWNER, and Onyx Construction Co., Inc. of the City of Fort Worth , County of Tarrant 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: Wastewater Treatment Plant Miscellaneous Improvements (Bid #9790) 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 so to do, 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by Freese and Nichols, Inc. Consulting Engineers, Fort Worth , Texas , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to 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. ATTEST: City of Denton, Texas Party f the First Part, By Lloyd Harrell, City Manager (SEAL) ATTEST: z (SEAL) APPROVED AS TO FORM: City Attorney CA-2 0044b PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Onyx Construction Co., Inc. , of the City of Fort Worth County of Tarrant , and State of Texas as PRINCIPAL, and Highlands Insurance 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, Texas as OWNER, in the penal sum of Two hundred twenty-six thousand two hundred sixty-nine and 00/100-----------Dollars ($226,269.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 2nd day of May , 19 88 , for the construction of Wastewater Treatment Plant Miscellaneous Improvements (Bid #9790) 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 2nd day of May , 1988 . Onyx Construction Co.. Inc. Principal By W.D. Josserand Title Presiden Address P.O. Box 18765 Fort Worth. TX 76118 (SEAL) Highlands Insurance ComDan Surety Title Address The name and address of the Resident Agent of Surety is: Alexander & Alexander of Texas, Inc. (SEAL) P.O. Box 2950, Fort Worth, Texas 76113 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: of the City of That Onyx Construction Co., Inc. Fort Worth County of Tarrant , and State of Texas , as principal, and Highlands Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto City of Denton, Texas , OWNER, in the penal sum of Two hundred twenty-six thousand two hundred sixty-nine and 00/100------------- Dollars 226,269.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 2nd day of May , 1988 For the construction of Wastewater Treatment Plant Miscellaneous Improvements Bid #9790) 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 2nd day of May , 19 88 Onyx Construction Co., Inc. Principal By W.D. Josserand Title President Address P.O. Box 18765 Fort Worth, TX 76118 Highlands Insurance COmnan Surety Title l9~%®P.N )n1-Ae~= Address, (SEAL) (SEAL) 4 The name and address of the Resident Agent of Surety is: Alexander & Alexander of Texas, Inc. P.O. Box 2950, Fort Worth, Texas 76113 PB-4 0092b HIGHLANDS INSURANCE COMPANY HOUSTON, TEXAS GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Highlands Insurance Company, a corporation duly incorporated under the laws of the State of Texas, doth Linda F. Hughes, Gary B. McElroy, Larry Paulsen, Cynthia M. hereby constitute and appoint Prewitt- A. P. Washburn Jointly or Severally of the City of Fort Worth , State of Texas to be its true and lawful attorney-in-fact for the following purposes, to-wit: To sign its name as surety, and to execute, seal and acknowledge any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of the same, and to respectively do and perform any and all acts and things set forth in the appended resolution of the Board of Directors of the said Highlands Insurance Company; provided, that the penal sum of no single one of such bonds, recognizances, obligations, stipulations or undertakings shall exceed the sum of Unlimited Dollars Unlimited the Company hereby ratifying and confirming all and whatsoever the said attorney-in-fact may lawfully do in the premises by virtue of these presents, but reserving to itself full power of substitution and revocation. IN WITNESS WHEREOF, the said Highlands Insurance Company, pursuant to a resolution passed by its Board of Directors, at a meeting held on the 29th day of July, A.D., 1974, a certified copy of which is hereto annexed, has caused these presents to be sealed with its corporate seal, duly attested by the signature of its President, Vice Presidents, Assistant Vice Presidents and Secretary this 22nd day of Maw , A.D. 19 ,HSUA~HC utO~COi rt,.s Secretary r- STATE OF TEXAS COUNTY OF HARRIS CITY OF HOUSTON On this 22nd HIGHLANDS INSURANCE COMPANY By Vice President day of May in the year 19 S4 before me personally appeared J. L. Darnold to me known, who, being by me duly sworn, did depose and say: That he resides in Houston, Texas; that he is Vice President of the Highlands Insurance Company, the corporation described in and which executed the above instrument; that he knows the Seal of said corporation; that the Seal affixed to said instrument is such corporation Seal; that it was affixed to such instrument by and under authority conferred by the Board of Directors of said corporation; and that he signed his name thereto by like authority. rO1 pPY PVe' O 1 f '^r P Notary Public, State of Text 9Tf pf jO+ RESOLUTION RESOLVED, that this Company do, and it hereby does authorize and empower its President or any one of its Senior Vice Presidents, Vice Presidents or Assistant Vice Presidents, in conjunction with any one of its Secretaries or any one of its Assistant Secretaries, under its corporate seal, to execute and deliver or to appoint any person or persons as attorney-in-fact or attorneys-in-fact, or agent or agents of this Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performance of con- tracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all ac- tions or proceedings, or by law allowed; and, in its name and as its attorney-in-fact or attorneys-in-fact, or agent or agents, to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation or undertaking, or anything in the nature of the same; the nature, class or extent of the instruments so authorized to be specified in such power of attorney. FURTHER RESOLVED, That the signature of any of the persons described in the foregoing resolution may be facsimile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized. I, D. E. Walker , Secretary of Highlands Insurance Company, hereby certify that at a meeting of the Board of Directors of said Company, duly called and held at the office of the Company at the City of Houston, on the 29th day of July, A.D., 1974, at which was present a quorum of said Directors, duly authorized to act in the premises, resolutions were passed and entered on the minutes of said Company, of which resolutions the foregoing is a true copy and of the whole thereof. IN TESTIMONY WHEREOF, I have hereunto set my hand and seal of Highlands Insurance Company, this 22nd day of May A.D. 19 84 .NSV N4H F I~ I o~ . 7 O2 ~ 4~ e _ ret ry ,.s STATE OF TEXAS COUNTY OF HARRIS I D. E. Walker , Secretary of Highlands Insurance Company, do hereby certify the above anti foregoing is a true and correct copy of a Power of Attorney, executed by said Highlands Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company in the City of Houston, Texas, this 2nd day of May A.D. 19 88 ,xsux~y~E '~J' • V. 4 2a Secretary 7 .em CERTIFICATE OF INWANCE CITY OF OENTON Nam and Address of Agency City of Dental Reference: Alexander & Alexander of Texas, Inc. Wastewater Treat t Pl men ant Project Name: P. 0. Box 2950, Fort Worth, Texas 76113 X t::L 9790 90 Project No: Bid No . Phone 817-737-4000 Project Location: Managing Dept: Mar and Address of Insured: Companies Affording Coverages Onyx Construction Coirpany, Inc. A Scottsdale Insurance Company P. O. Box 18765, Fort Worth Texas 76118 B Keeper Insurance Company Pxxw 817-439-3335 C Guaranty National Insurance Company D wausau insurance an - This is to certify that policles of Insurance listed below haw been issued and we In force at this time. ~y T of Insurance Exptratlon Limits of Llabll(ty Pot1 Number Date _ In Thousands 000 A pCaa0curratve Crwral Liability GL4107175 6/1/88 Occurrence - Claims Made (see i2-reverse) Soddy Injury $ Broad tore to Include: Pro ert own S sea/Operations p y " Independent Contra t c ors K Persona Operations Bodily Injury and Property x Contractual Liability (see il-reverse) 00100" i $ 1,000 Explosion ll a o apse Hazard find z ~ 9 and H - Ltqua~ Ltablll Coverage F ire Le al A t $11,000 ,000 g (see /~reverse) x B Property - Professional Errors/Omissions - occurrence - claims made (see i2-reverse) Comprehensive Avlsobtle Ltablltty Bodily Injury/Person $ B F3C061256-0 6/1/88 Bodily injury/Accident S X Pwad/leased Automobiles Property Omrge S X Mon-owned Automobi les X Hired Automobiles Bodily Injury/Property Damage Combined $ 1,000 D - Workers' Compensation and Employers' Liability Certificate Statutory Amount to be issue l each accident Other Insura C nce _ Umbrella 1016731 6/1/88 $2,000 BI & PD Combined - Each Occurrence/Ag ate Description of OPeratlons/tocations/yehlelea. The City of Denton is an additional insured as Its interest may appear as defined an the reverse side. Mama and address of Certificate Holder. ia1Y OF III M, MM F(iEWSM AGW 901-8 MDMS Sr EBM, Tr 76201 5/2/88 3E EFERIE CF 02CEMS CR ENE Q-4 lII'UCEEX 6-TJ .p ourim B -aq c4 sT AgTrpwn dD iwn 'jmmz an aq ap pm wU do TpW am Aq peaq sT as JD ampjcd .D sasq=ngs oq 61 P 40inai o; POTTE394 ATgvaarad Pm (aTgeriTdde a.mEPR) GTIMu ST amaraq ' (=InTTPeJ Pesee'T io PM044TD ,o m '&wd=o an QAIOM:T wm sumo Tie III Parptea) .ooo•oD4 PM aTS aD UBP gms JT sasgongs p3dm gqT» gvan*ft a 'sazTP[Fq jamm oq gelagTe Jo wponxp= -LUMRM '1fFJ3T MA .POr.]d Agoazrrx aA Jo P® an qe UPaq TPA g7P4M &=A y JD mtmpnm a .nJ P ad 4m4m6Tp pWmq B Pm '(PoFed ATJUM aA aoJ aeaaroo W RDA oq) JW am mid 'quo an Jo aJTT ap .nJ GO&W= WOURUOD VUMWJ Rrpolpj agq AQ Pmlmx qw aq TI7n --Quwm JD PoTied Paiwbpa -mm SICDd 33im SdiYD •Z *IOMZ mo Rrpwa an Aq pwVbw so peppemd sT aomxsuI .]m aqeDuniao em -goegrm P=XUDjal OEA UT a04354mo an Aq P=Me st qo aq3 a@l3arM WTAOJd aq g$=D PED dkMM JD WR74Tap 8 apcrr-My Wo 'AgTrPWn Te WD an J us= aoa:rmj JD a7ULT yBD 9= Jo q)W ap m umW qm QJPtQ' AgTrPWn Te<goaz mo ma • (gape ae'puaLno qaa Ply Poe 'lm~ io qm Aom Aq Persm A rpgm) -ANMM 7tlliliMUM • t 'm4ieCt SlA `raploH agTTq.xaJ agg Jo =apPe Mu4s an ag PE MM aaT1m umTjn aomepe eft O£ uams aq Tam aw3aa Jo ABTA a P ` vPgTaMM ao akop wp agem AIR o; .u :KWTMM JD MMM ('w amldmJ gsimp* og ATdde qm sacp nu) Im6awmaw `mg®Q Jo AgTD aqT e¢gY14II MDIyTmp MISIaNOD DATE April 19, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid # 9838 Woodrow Lane Utilities Relocation RECOtN'1ENDATI0N We recommend this bid be awarded to the low bidder Dickerson Construction Co of Celina, Texas for the amount of $84,829 00 SUMMARY This project was bid earlier with the Bridge on Woodrow Lane This item was sent out on this item separately and received March 3, 1988 We received two bids from local contractors as shown on the tabulation sheet BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED e woo row aimprovemen s ri ge, drainage Paving, etc FISCAL IITACT There is no additional impact on the General Fund Respectfully submitted L oyd arrell City anager by me `John J Marshall, C P M tle Purchasing Agent Approved 8me John J Marshal, C P M Title" Purchasing Agent I I al OI ml m r i ni °i " i e , I M Y I p I m s I a a I i 2i ai rl aY i _ _ _ I 1 4F1 I ml r i I 1 I 1 1 I _ _ _ _ I 1 1 = I ~ I ~Y ~ i ~ CN 1 O 1 (D ~ O I I 1 ml 1 13} p j ; C I 1 I I 'V Z O_ r I -1 1 1 I I ~ I 3 1 1 ®I C 1 p p Aj I IT I I I ~ 1 SO In I n I 1 a I I r i ' i i m 3 1 1 f M ~ r a s I I 1 i m F i 1 1 yl m i 1 I I HI I 1 I I 1 4 I I C} Z m I < 1 C y r ~ N I C ~ 1 ~ .O 1 I 1.7 C ® ® 1 ' I I Z Y4 n r I T 1 4 A < v' I Z I ~ I C V' I'y 1 C I ~1 a' 1 m I I I g G I I 1 O 1 1 1 .'a 1 I I 1 e44 f id -C) ! CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 21 day of APRIL _ A.D., 19 88, by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and DICKERSON CONSTRUCTION CO. INC. LOUIS DICKERSON, PRESIDENT P.O. BOX 181 CELINA, TEXAS 75009 214-382-2123 of the City of CELINA , County of COLLIN 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# 9838 - UTILITY RELOCATION WOODROW LANE AT PECAN CREEK PURCHASE ORDER # 84182 $84.829.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. TEST: NNIF WALTERS CITY SECRETARY (SEAL) ATTEST: DICKERSON CONSTRUCTION CO., INC. Party of the Second Part, CONTRACTOR By T tle L I SON, PR775"ENT (SEAL) APPRO ED TO FORM: City Attorney CA-2 0044b CITY MANAGER Bond No# 30163733 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That Dickerson Construction Co.. Inc. , of the City of Celina County of Denton and State of Texas as PRINCIPAL, and Fidelity And Deposit Company of Maryland , 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, TEXAS as OWNER, in the' penal sum of EIGHTY FOUR THOUSAND EIGHT HUNDRED TWENTY- NINE DOLLARS Dollars 84,829.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 21 day of APRIL , 1988 , for the construction of BID# 9838 WOODROW LAND UTILITY RELOCATION AT PECAN CREEK 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 DE NTON 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 21st day of April , 1988 . Dickerson Construction Co.. Inc. Principal Fidelity And Deposit Company of Maryland Surety Title C["e S-e,, - Address P n Rnv iRi Celina. Texas 75009 214-382-2123 (SEAL) The name and address of the Resident Agent of Surety is: (SEAL) Elsey & Associates 8810 Will Clayton Parkway, Humble, Texas 77338 NOTE: Date of Bond must not be prior to date of Contract. PB-2 Edward L. Moore Title Attorney-Tn-Fart Address 8810 Will Clayton Parkway Humble, Texas 77338 713-540-1555 0091b Bond No# 30163733 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That Dickerson Construction Co.. Inc. of the City of Celina County of Denton , and State of Texas , as principal, and Fidelitv And Deposit Companv of Marvland authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON. TEXAS , OWNER, in the penal sum of EIGHTY FOUR THOUSAND EIGHT HUNDRED TWENTY NINE DOLLARS AND NO CENTS Dollars 84.829.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 21 day of APRIL , 19 88 . BID# 9838 - WOODROW UTILITY RELOCATION AT PECAN CREEK 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 21st day of April , 19 88 Dickerson Construction Co., Inc. Principal Fidelity And Deposit Company of Maryland Surety By ~,a0ZO, Title P~zS ! Ae,,- r Edward L.Moore Title Attorney-In-Fact Address p_ 0_ Rox 181 Address 8810 Will Clayton Parkway Celina Texas 75009 Humble,Texas 77338 214-382-2123 713-540-1555 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Elsey & Associates 8810 Will Clayton Parkway, Humble, Texas 77338 PB-4 0092b bona hof juioj/jj STATE OF TEXAS COUNTY OF DENTON 14AINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT Dickerson Construction Co., Inc. as Principal, and Fidelity And Deposit Com ai of Maryland a Corporation authorized to do usiness n 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 EIGHT THOUSAND FOUR HUNDRED EIGHT-TWO DOLLARS & NINETY CENTDollars 8,482.90 , 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 Dickerson Construction Co.. Inc. has this day entered into a written contract with the said City of Denton to build and construct BID# 9838 - WOODROW LANE UTILITY RELOCATION AT PECAN CREEK 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 Inc. as Contractor and Principal, s caused these presents to be executed by The City of Denton. Texas and the said Fidelity And Deposit Company of Maryland as surety, has caused these presents to be executed by its Attorney-in-Fact Edward L. Moore and the said Attorney-in-Fact has hereunto set his hand this 21st day of April , 19 88 . SURETY: Fidelity And Deposit Company of Maryland BY: zr 1z Edward L. Moore Attorney-in-Fact PRINCIPAL: Dickerrss!o~Jn Construction Company, Inc. By-az 4 Title MB-2 0093b The FIDELITY AND DEPOSIT COMPANY OF MARYLAND o D FIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES. BALTIMORE, MD 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice-President, and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said Companies, which are set forth the reverse A~ ereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, Tt ute and 00t Ronald E. Elsey, Edward L. Moore and Bruce C. DeHart, all of Hl TeXas EACH.......... and as its act and deed: any and all bonds Independent Executors, Community S nd deliver, for, and on its behalf as surety, ..EXCEPT bonds on behalf of A-ha-tTie-execution of such bonds or undertakings lu',j as fully and amply, to all intents and purposesrthe officers of the respective Companies at the litEi¢es in attorney revokes those isstte. vn be] 1986 and on behalf of Brum C Delia; IN WITNESS WHEREOF, the said 148`esid the Corporate Seals of the said I ELi'FY AND koe presents, shall be as binding upon said Companies, duly executed and acknowledged by the regularly elected Md., in their own proper persons. This power of Ronald E. Elsey, dated, November 19, d, June 25, 1987. sistant Secretaries have hereunto subscribed their names and affixed )MPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY of_--December , A.D. 192 ATTEST: r"DELITY AND DEPOSIT COMP Y OF MARYLAND Assistant Secretary Vice-President b FIDELITY AND DEP/,O,SIITT COMPANY SEA)L saistant Secretary Vice-President STATE OF MARYLAND I SS: CITY OF BALTIMORE On this 21st day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Baltimore the day and year first above written. ^~`-:ate' ~~lot•srs tary Public •t - 1 •>Pr ors My commission expirea_Jul~ ~1__^990 CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16tlyday of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held onthe 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified cop) of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 21st--day of---------April------------------- 1988. - 170-2526 - 4 -T 0. Assistant Secretary :,L, SSUE DATE (M UDDIYYI -88 c PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS WILLIAM H. RATZ & ASSOCIATES, INC. NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, 2925 BRIARPARK, SUITE 150 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOUSTON, TEXAS 77042 PHONE: (713) 953-0250 COMPANIES AFFORDING COVERAGE OLD AMERICAN COUNTY MUTUAL FIRE INS. CO. COMPANY A COMPANY B LETTER INSURED Dickerson Construction Company, Inc. COMPANY C P. 0. BOX 181 LETTER Celina, Texas 75009 COMPANY LETTER COMPANY E LETTER • _RtYe" L~1uu THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW H AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAI ED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF AN Y CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE P OLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI. TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/OD^ POLICY EXPIRATION DATE (MMIOD/YY) ALI. LIMITS IN THOUSANDS GE NERAL LIABILITY FUNERAL AGGREGATE $ 1 COMMERCIAL GENERAL LIABILITY PRODUCTS COMPIOPS AGGREGATE $ CLAIMS MADE ❑ OCCURRENCE PERSONAL A ADVERTISING INJURY OWNERS 8 CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE (ANY ONE FIRE) $ MEDICAL EXPENSE (ANY ONE PERSON) $ AU TOMOBILE LIABILITY - ANY AUTO CSL ALL OWNED AUTOS BODILY t WORT SCHEDULED AUTOS PR PERSON) $ TA 3 14 72 8 9-01-87 9-01-88 o-, X HIRED AUTOS INJURY NON OWNED AUTOS AccflDENT) $ f GARAGE LIABILITY PROPERTY {y,T X utDS DAMAGE $ EXCESS LIABILITY = EACH OCCURRENCE AGGREGATE $ $ OTHER THAN UMBRELLA FORM i STATUTORY 71 WORKERS' COMPENSATION $ (EACH ACCIDENT) AND $ IOISEASEPOLIGV LIMIT) EMPLOYERS' LIABILITY $ DISEASEEACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS Re: Utility Relocation Woodrow SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- f City of Denton PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Purchasing Division MAILIO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 901-B Texas Street LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Denton, Texas 76201 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS 0 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE WILLIAM H. RATZ & ASSOCIATES, INC. r\ E _ r r.: Syr xTa ;ll ! 37rf T.-- , Asi" THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS (REVISED) NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ISSUE DATE OF THIS CERTIFICATE EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHOULD M8 6 1988 ANY OF THE POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, Y THE ISSUING COMPANY WILL MAIL AU DAYS WRITTEN NOTICE TO THE CER- ISSUED AT TIFICATE HOLDER NAMED: Sherman, Texas, CERTIFICATE HOLDER y T❑ TEXAS EMPLOYERS' INSURANCE ASSN. -DALLAS, TX City of Denton MD TEXAS EMPLOYERS INDEMNITY CO. • DALLAS, TX Purchasing Division O EMPLOYERS CASUALTY COMPANY- DALLAS, TX 901-B Texas Street Denton, Texas 76201 3❑ EMPLOYERS NATIONAL INSURANCE CO. - DALLAS, T 7❑ EMPLOYERS CASUALTY CORPORATION -DALLAS, IX JOB: Utility Relocation Woodrow TX CORP - DALLAS ® EMPLOYERS NATIONAL INS . , . t ENSURED ❑ EMPLOYERS OF TEXAS LLOYD'S -DALLAS, TX Dickerson Construction Company ❑ 0 Box 181 P . . Celina, Texas 75009 Authorized Represe i e (Signed) l Typed) gob ims istrict- Manager COVERAGES V 5 THIS IS TO CERTIFY THAT 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 CONTR ACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES D ESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CON06 TIONS OF SUCH POLICIES. TYPE OF INSURANCE CO. O POLICY NUMBER POLICY EFFECTIVE DATE IMM/DD/VY) POLICY EXPIRATION DATE (MM/DD/YY) ALL LIMITS IN THOUSANDS WORKERS' COMPE T O STATUTORY .,aa,` NSA I N 1 WC-08558 03-05-88 03-05-89 $ 500 (EACH ACQOENT) AND EMP OYERS' * $ 5D0 (DISEASE•POUCY LIMIT) LIABILITY L SOO IDISEASE-EACH EMPLOYEE) GEN ERAL LIABILITY GENERAL AGGREGATE $ 1 000 $ COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPS AGGREGATE $ 11000 CLAIMS MADE aOCCURRENOE PERSONAL d ADVERTISING' INJURY $ 5500 X OYMERSBCONTRACTORS PROTECIIVE 3 CGL-827336 02-20-88 02-20-89 EACH OCCURRENCE $ 500 FIRE DAMAGE (ANY ONE FIRE) $ 50 MEOICAL EXPENSE (ANY ONE PERSON) $ 5 AU TOMOBILE LIABILITY yI ANY AUTO CSL $ a'- ar - ALL OWNED AUTOS EOgLy s s rea SCHEDULED AUTOS MURY (PER PERSON) . a HIRED AUTOS ODDLY INJURY a AM" r s' NON OWNED AUTOS (PER ACDOJIM y a }r' $ ' A GARAGE LIABILITY PROPEmY '•6'a-~ s a DAMAGE $ E'_ EXCESS LIABILITY -"~s6<c EACH AGGREGATA X Umbrella Liability 3 UL-654277 02-20-88 02-20-89 d§ y $ 1 000 $ 1 000 OTHER THAN UMBRELLA FORM , , OTHER *Excludes Masters & Members of the Crews of Vessels.. City of Denton is named as Additional Insured. cc: H. 0. Assigned Risk Unit TECO 17993-A (9-07) CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. Workmen's Compensation and Employer's Liability. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. ' The liability limits. shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-7 Insurance Requirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 01/13/87 CERTIFICATE OF INSURANCE CITY OF DENTON Name 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 st this time. Let~tery Typo of Insurance Pali Number Date In Thousands (000) Comrehan ra General Liability Occurrence - Claims Made (see /2-reverse) Bodily Injury $ Broad Form to Include: - Premises/Operations Property Damage = - Inde endent C t t p on rac ors - Products/Canpleted Operations - Personal Injury Bodily Injury and Property -Contractual Liability (see III-reverse) Damage Cc*Inod $ - Ex losio d C ll p n an o apse Hazard - Underground Hazard Liquor Liability e - Fire Legal Liabl l ity /S-reverse) - Broad Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see i2-reverse) Comprehensive Automobile Liability Bodily Injury/Person j Bodily Injury/Accident $ - Owned/Leased Automobiles Property Damage $ - Non-owned Automobiles - Hired Automobiles Bodily Injury/Property Damage Combined $ - Yorkers' Compensation and Employers' Liability Statutory Amount $ ese ace an 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 (IF DWM, T(AS POF[IiAA4M AGM 901-B TUAS SP DEI M, IX 76201 2OS6g CI-3 3EB MMCF IT EEMEQnlMMCIAMUM). CONDITIONS ALOTTIONAL D?bZM: The City of Denton, its elected aid appointed officials, officers and ®plgmes. (This does not apply to Wbrlmr's Cmpmsatia n. ) NOLYL= OF CAN(FLe' CN: Pricer to any material chap or cancellation, the City of Denton will be Sven 30 days ahum written notice mailed to the stated akkess of the Certificate Holder, City of Denton. t • Ca7MWff RAL. COUWA(£: (Liability assumed by contract or affe®ent, and would not othawise east). The contractual liability requirement sham on the reverse side of this Certificate of R surer P ceder Cagzvhasive (Mnaal Liability, must include a definition ce omwW broad enongn to provide ewwW for obligations asmmed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the SNerrdng Contract. 2. CLUE HM p= fit: Required period or mva-aW will be determined by the following formula: Continuous omer-p for the life of the contract, plus one year (to provide eoverap for the warranty period), and a acteded discovery period for a minim of 5 yeas which shall begin at the end of the warranty period. 3. FIE LEML LIAHIL7TY: (RegAred in all contracts that irrvolve the occu4an y, eastru Lion or alteration of City-owed or leased facilities). Insurance is tp Cover b;nildirgs, contents (whom applicable) and permanently installed equipment with respect to propeiy d to structures or patios of shvctxaes if such d is mead by the pail of fire and are to the eperatias of the emtractcr. Limit of liability is to be a minimm or $500,000. CI-4 P 11 BID # -9838 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF COVED WOODROW LANE BRIDGE AT PECAN CREEK UTILITY IN DENTON, TEXAS NTON DEPT. 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 It is understood and agreed that the work is to be completed in the number of days shown on the bid tabulation sheets. 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 is case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond, a payment bond, and a insurance certificate within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P-2 Utility Relocations - Woodrow Lane Bridge BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID N0. 9838 PO NO. UNIT PRICE TnTAT. Contractors Warrants 1.21 and Understandings LS I 2.12.8 18' Ductile Iron Pipe 176 LF il• LF I S ;t«: , 2.13.2 2' Air Release Valves 2 EA 150. 7ZA I Soo.' Install 20' concrete 6.7.3 cylinder water line 295 LF G;/LP / lac- Install 16' gate valve a 6.7.3(k) enclosure on exist. water 1 EA d /EA 7.4 Concrete encasement 71 Cy dc- CY cc). 7.6 5' Concrete Manhole 4 EA m /EA 141, Cu Barricades, warning ' 8.1 Signs and Detours LS 7 v. LS 3. 7S % L~ SP-5A 30' Gage 10 steel casing 40 LF M. /LF Z, 24' Split sleeve SP-5B steel casing (gage 10) 40 LF l5.`' LF ° SP-10 Rock excavation 50 CY Sc- = /CY 2'S V. Cut, plug, and remove ex- SP-23B istin 18' sanitary sewer 1 EA 3 cz%,.: EA 3-cvo,' SP-24 Rebuild exist. Manhole 3 EA 10M.- EA 3 c r;v SP-37 Excavation protection 12,060 SF So SF G 0;0.- SP-39 Pro ect Si 2 EA SJ. /EA Sc~. Cut and Remove Existing SP-40 20' Water Line 1 EA Si u. Ep, S,cnc. \ TOTAL I $ 2`. r_ P - 3 Bid-9838 BID SUMMARY TOTAL BID PRICE IN J Fr w .1" 41 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 compli•.nce 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. D:cke,~1a,_, Co.,~ cQ A~~~ CONTRACTOR BY4z -r7 Strebt Ada-ress (f~a "o, :22 City and state Seal & Authorization (If a Corporation) Z-7/IZ Telephone P - 4 The FIDELITY AND DEPOSIT COMPANY OF MARYLAND ffo FIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES: BALTIMORE, IVID. 21203 BID BONA KNOW ALL MEN BY THESE PRESENTS: That \re Dickerson Constx?dCtxRn..Q=paay.,..Znc_....... (n<re wrrn pw n+nlr mld +JJmr ur Irlt+l title w {Le CYntr"top as Principal, (hereinafter called the "Principal"), :utd..Fidelity And Deposit Comity of M3ryland...••...._•. Of Baltimore, Maryland, a corporation duly organized tltr,r mourt 'he n+,nr w it,. Siimy) under the I.t\cs of the St:ttc of Maryland, as Surety, (hereinafter called the "Surety") areheld and firmly bound (Into City of Denton tif................................. p lure mien the a+ulr YuJ "Id". m 1,44 title tle qr tlm Uw„<r) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..................................................................................................................as Obligee, (hereinafter called the "Obligee"), in the sum of...... Five..Percent of the„Greatest,..AmOnnt...Bzd ...........................Dollars ($...5%. G:AzB... ) for the payment of which sum well and truly to be etude, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for......Bid•_ 9838,,,, W4.RdF.9 ..bdnO.. At..1'.Pratt ...........Creek Ut.Uit.Y...Rqt1.Qrat;.an. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this ...................3rd.................... y March ...........A.D. 19..88.. lVil~yers l Dcke~,~9n.. ~anslisvc>~xsn..CvmAanx.....Inn(Suwt.} Principal . Tula 6a FIDELITY AND DEPOSIT CONIPANY OF MARYLAND ❑ FIDELITY AND DEPOSIT COMPANY Surety L, Kathy Lake Witness CLS T\,- .4yvu.~+1 Ly '1 h.• .\uv". tin li•.uuuv of .\,.lu, r.,a. A Jlu I'. L, nun' 1.4Y I!Ymuu. B J.. ........(SUAL) Edward L. Moore Titk Attorney-In-Fact The FIDELITY AND DEPOSIT COMPANY OF MARYLAND o D FIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES. BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice-President, and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Ronald E. Elsey, Edward L. Moore and Bruce C. DeHart, all of HuntbLe, Texas;. EACH.......... ttie true an lawful agent and Attorney-in-Fact of each, tr-tuake, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and,underta~izs...EXCEPT bonds on behalf of Independent Executors, Community Stirv vors agd;;Community Guardians nn t of such bonds or undertakings1h',pursuance ofthese presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes,. a9 if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at theiroffices in BalthnOre, Md., in their own proper persons.This power of attorney revokes those issue& on behalf,,6f Ronald E. Elsey, dated, November 19, 1986 and on behalf of Brut? C-. DeHaPtt_,,dated, June 25, 1987. IN WITNESS WHEREOF, the said [fibs-Presidents andAeaistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDEL, Y AND DEL'651`i' COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this 21st day Of December A.D. 19_8_Z ATTEST: FIDELITY AND DEPOSIT COMPAN OF MA LAND I nn nn SEAL 3 Assistant Secretary V ce-President FIDELITY AND 7aue, SEAL f? Assistant Secretary ice-Preside~t STATE OF MARYLAND 1 CITY OF BALTIMORE l SS: On this 21St )day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as each officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Oft' ' SsaFwt a Ci of .Baltimore the y and year feet above written. asd s + Ndlky Public c +oer e' My commission expi July 1, 1990 res CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice- Presidents specially authorized by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2 of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 3rd day of March , 19_aa 170-2526 0. tte, T Assistant Secretary DATE April 19, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 9842 Taylor Park Storm Drainage RECOMMENDATION: We recommend this bid be awarded to the total low bidder, of projects C,D,F & G, Calvert Paving Corp in the amount of $291,572 36 SUMMARY: This bid was submitted including drainage on sections A, Lindsey Street, B, Willowood Street, C, Dudley Street, D, Alley, E, Parvin Street, F, McCormick Street, and G, Project Signs The bids were received and opened at 2 PM on April 4, 1988 When the bids were tabulated we found that Funds of $471,999 28 were not available for the complete Storm Drainage Project We then selected three basic larger projects B C F & G to complete at this time The total low bid for these project was $291,572 36 as submitted by Calvert Paving Corporation This then is recommended for approval BACKGROUND: Tabulation Sheets, Memo from Jerry Clark City Engineer apital Improvements Program and Citizens in Taylor Park Area FISCAL IMPACT: 436-020 G087-8715-9105 There is no additional impact on the General Fund Respect ully submitted o Harr Cit Manager ~epared by Name o ny Marshall, P M Title^ Purchasing Agent Approved z mej o J Marsh 11, C P M ~jjtle Purchasing Agent CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200 MEMORANDUM DATE April 11, 1988 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Taylor Park Storm Drainage Bids on the Taylor Park Storm Drainage Project have been reviewed by the Engineering Division It is our recommendation that the low bid of Calvert Paving Corporation on (C ) Dudley street, (D ) Alley, (F ) McCormick Street Channel and SP-39 2 Project signs, should be accepted This bid is in the amount of $291,572 36 with 47 5 work days From observing bids on this project and other recent bids, it appears that the period of receiving one or two very low bids has come to an end Apparently, the less stable contractors have retired from the market, and the survivors have enough work to keep them in business This will obviously make our tight project budgets more difficult to stretch t J e r 1 `r'fc , 0548h i g yi m ~ S 4]'~ T Cf n ~ r i 1 CI O I 4Y I I ml CI xl ml ~I qp I I 1 1 zl til OI I 1 til i i 1 i VF m l I O 1 1 I I N u u I 1 I y I I 1 1 I I I I I 1 1 I ^ ^ 1 I 1 I I } 1 1 } 1 I ~1 1 qA 1 1 11 I yl I I ?1 ~I rl m I 1 1¢1 191 OI } S N I 1 I>fil ml I ~ I u I 1 TI I Ni 1 yl ' O 1 y n Cf C 1 1 m 1 p m 1 19 I . s.. I u ~ S 11 ~ r < I i m I i 1 i m I ~Oi [fil of y H Cl Ire I m 1 v 1 J[I 'A1 y 'AC m H 1 n 1 UI 1 1 S 1 1~ ~ y ti .C ~1 ^,p I 1 S 1 1 1 1 1 .pl I I 1 1 1 pl OI ' ~ RI 1 ~ . g 1M u 1 ~ I UI I I I r w l ~ H I I 1 1 1 I 1 1 1 I I 1 1 I I Q~1 ml 1 1 j ~ 1 1 I I 1 _ ~ ~ N y ~ ~ m m y ' f II p~ ® ~r iJl V I C 1 O O 'IxV~1 x I.J m ® I J 19 l 1 '9 i X ~ [ P ~ y 1 y 0 i ® i i ® 1 1 C ) 1 I p 1' W m JI V m N } } I C I Ctf 3. _ } 1 d. 1 FJ n 1y 9 V I op I T C~1 [!f m V 1~ ~ Oi .N 1 1 :O 1 1 ~1 ~ 4 I~ VI } N I I L ~ n p 1 y O W N N } i Z i b 9 y I ^ /1 pi ~ l ti ~ } 1D ® IY ~ P I 1 _ A J I /J♦ ~ I y Ip { y 1)0 f I1 10 1 ~ p x 1 I 1 1 pn Z q s f.Jl t}11 m i m 1 ~ '>m ' ~ I T 14 1Wy V w C i pp n N ly N W P 1 1 ~.1 1 I ti G x (JI (y ly [II I>f1 ~ I x n I 1 ~ N 19 m N I G I V c ' V ~ } 1 x I m ~.U Yll 0i V ~ N 1?J1 i O i ti m N ~ V R.11 U i Zl I Ci p p.~ ® 1♦0 O` m 1 1 x IT ® I n b } W 1~ 1 < I 'S SI W U '0 d i 2 i P ? ~ w N W i m i ..p u 41 } I I W V 0p 0i Gi U m } N I ~ I i u j I I 1 1 ~ } ? N ^1 ? I ~C I I T L r C ^ nj 1p b W I I x ~ ' I v _Z 4f ~ I 1 9 + O V . y ~ 1i` ® IBI y 101 N A ~ 1 I 1 n s W o w m i i m ~ i o r s 'O 1 x I m r } ^I s 1.~Oi i 7 i ~ m r v 93 STATE OF TEXAS COUNTY OF DENTON ) CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this 21 day of APRIL A.D., 19 88 , by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized Party of the First Part, hereinafter termed the OWNER, and CALVERT PAVING CORPORATION so to do, P.O. BOX 268 DENTON, TEXAS 76202 of the City of DENTON County of DENTON and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9842 - Taylor Park Storm Drainage Sections C, D, F and SP-39 PURCHASE ORDER# 84180 - $291,572.36 To be Completed in 47.5 workine davs from date of notification to start. and ali 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 STAFF 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. ATTEST: ,7NNIFIZ ALTERS ,JJY SECRETARY (SEAL) ATTEST: CALVERT PAVING CORPORATION Party of the Second Part, CONTRACTOR By Title a vert- rest en (SEAL) APPROVED AS TO FORM: City Attorney CA-2 0044b I ' - PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON)( KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corporation , of the City of Denton County of Denton , and State of Texas as PRINCIPAL, and S ; v National Insurance Co , 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. TEXAS as OWNER, in the penal sum of TWO HUNDRED NINETY-ONE THOUSAND FIVE HUNDRED SEVENTY-TWO & 36/ Dollars 291,572.36 ) 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 Princ pal has entered into a certain written contract with the OWNER, dated theay of APRIL 19 88, for the construction of BID// 9842 - TAYLOR PARK STORM 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; r ~ PB-1 y 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 DE NTON 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 19th day of May 19 88 Calvert Paving Co pnra ion Principal Surety Co. By l Title 7 lv~te~ Address P-0. Box 268 Denton, TX. 76202 -Fact Title Attorne Address P.O. Box 225028 Dallas, TX. 75265 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: - Ramey, King & Minnis 707 FirstState Bank Bdle. Denton TX. 76201 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b r TheTrinity ....Companies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint m. G. RAMEY, TERRELL W. KING, III, RANDALL L. MINNIS, OR JEFF P. KING - DENTON, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s) -in-Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 4TH day of FEBRUARY ig 87 E ARY-VIT CE PRES. JAMES G. DR WERT, PRESIDENT AUTHORITY FOR POWER OF A That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the following is a true, full, and complete copy' "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney- in- Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in- Fact and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-m- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation if, s 19th day of May 9 88 . n0by ~Si`ilr~lels~/O `~UyNnBpu„ ~yrSAI INSG 30?......;r, a`r._vioe'E`,o~~ Ai(+'G"oU z( f/~~ :l] t 3 2 - JUDITH E. FAGAN, CORP. SECRETARY SEatLf~ =3=iSEAL : ==SEAL'=_ 1 w xZyuiunnnnooos$ r~b++rumma°~` B-3899 REV. 3-82 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corporation of the City of Denton , County of Denton , and State of Texas as principal, and Security National Insurance Co. authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON, TEXAS , OWNER, in the penal sum of TWO HUNDRED NINETY-ONE THOUSAND FIVE HUNDRED SEVENTY-TWO & 36/100 Dollars 2911572.36 ) 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 21 day of APRIL 19 88 BID# 9842 - TAYLOR PARK STORM 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 prosectiou 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 V, 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 19th day of May , 1988 falvarr Paving rnrlnrarinn Principal By Title l ka% (--J en Security National Tnsu anc Co. Title Address P Q goy 268 Jpn on riiX 76202 Address pn FAY 9gS(LR (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Ramey, Ring & Minnis PB-4 0092b r TheTrinity Companies Dallas, Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint m. G. RAMEY, TERRELL W. KING, III, RANDALL L. MINNIS, OR JEFF P. KING - DENTON, TEXAS its true and lawful Attorney(s)-In-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s) -in-Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 4TH day of of /FERRRRyRHA'RYY 19 87 E ARY-VIT CE PRES. JAMES G. DR WERT, PRESIDENT AUTHORITY FOR POWER OF A That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by theirrespective Board of Directors on the Ist day of March, 1976 and of which the following is a true, full, and complete copy: RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney- in- Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in- Fact and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons heretnabove authorized." CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation 19th May 88 this day of 19. nml `poinMH/... - ao\aomNUmi ~i-~?'••,••*..,•4L. ' ,fin { 3 - JUDITH E. Fq GqN, CORP. SECRETARY 3_ =SEAL= sISEa.L1; _;iSEAL 3 Z • 1D '„~~/4///IIIIIII\\\\OO\~` ~441p/IRII\RR~~` 8-3899 REV. 3-82 14AINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: THAT Calvert Paving Corporation as Principal, and Security rational Insurance Co. 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 Twenty nine thousand one hundred fifty-seven dollars and twenty-three cents Dollars 29.157.23 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Calvert Paving Corporation has this day entered into a written contract with the said City of Denton to and construct BID# 9842 - TAYLOR PARK STORM DRAINAGE whit 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. 0093b MB-1 V I NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Calvert Paving Corporation as Contractor and Principal, has caused these presents to be executed by Ramey King &-Minnis and the said ___Sg tfieae nnal Insurance Co. as surety, has caused presents to be executed by its Attorney-in-Fact Terrell W. king. III and the said Attorney-in-Fact has hereunto set his hand this lctthday of May 19 $3 . SURETY: 0093b PRINCIPAL: Calvert Paving Corporation MB-2 TheTrinity Companies Dallas, Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III, RANDALL L. MINNIS, OR JEFF P. KING - DENTON, TEXAS its true and lawful Attorney(s)-In-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR. 1. Open Penalty bonds. 2. Bonds where Attorney(s) -in- Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 41H day of of FEBRUARY 19 87 E ARY-VIT CE PRES. JAMES G. DR WERT, PRESIDENT AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the Ist day of March, 1976 and of which the following is a true, full, and complete copy: RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney- in- Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of Nobility to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney, RESOLVED, That any and all Attorneys-In- Fact and Officers of the Companies, Including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby outhorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizonces, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-In- Fact RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation 19th - this nmv, a to =sEax,; 1 y,.1 oup0rmm=t~~ so°uiPvio~°c°ro -,p °ni //may `s AZt, :;:SEAL;; ="SEAL;=" xry2wrunpi9==p0"VJ ~rw'nnAIM May 88 day of 19. JUDITH E AN,CORP. SECRETARV B-3894 REV. 3-82 1 N ISSUE GATE (MM/UU/YY) ~ 0 , ® • .,r,.::. 6/13 88 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ramey, King & Minnis COMPANIES AFFORDING COVERAGE " te Bank Bld t St 707 Fi g. a rs Denton, TX. 76201 COMPANY A LETTER AMERICAN GENERAL COMPANY INSURED LETTER Calvert Paving Corporation COMPANY C B X 268 P O LETTER . O . Denton, TC. 76202 COMPANY D LETTER COMPANY LETTER THIS IS TO CERTIFY THAT POLICIES OFINSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. TERM OR CONDITION OF A NOTWITHSTANDING ANY REQUIREMENT NY 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 CONDI- TIONS OF SUCH POLICIES. s POLICY EFKCTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS - CO TYPE OF INSURANCE POLICY NUMBER DATE (MMIGONY) DATE (M&VDW ' EACH AGGREGATE LTA OCCURRENCE A GENERAL LIABILITY X COMPREHENSIVE FORM ECA81013666 10/3/87 10/3/88 BODILY INJURY $ $ X PREMISESIOPERATIONS PROPERTY X UNDERGROUND EXPLOSION & COLLAPSE HAZARD DAMAGE $ $ .z. X PRODUCTS/COMPLETEO OPERATIONS X CONTRACTUAL Ell & PO COMBINED $ 500 500 »k X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $ ;Zaf; T AUTOMOBILE LIABILITY &AIIY A X ANY AUTO GLM09391099 10/3/87 10/3/88 (PER PERSON $ X ALL OWNED AUTOS (PRIV. PASS) BOD'LY WARY a(`~ t X ALL OWNED AUTOS (OTHER THAN) (PER AC WJ) $ nL cfi PRIV PASS HIRED AUTOS TY X X NON-OWNED AUTOS PROPER DAMAGE $ J g GARAGE LIABILITY BI C PD COMBINED $500 iy EXCESS LIABILITY enewal of UB38734183 6/30/88 6/30/89 Ell & ED 000 $5,000 $5 ? A X UMBRELLA FORM , OMB NED C b OTHER THAN UMBRELLA FORM Renewal of: STATUTORY A PENSATION WORKERS'A M TC821196985 6/6/88 6/6/89 $ 0U (EACH ACCIDENT) O N F$-50- (DISEASE"POLICY LIMIT) EMPLOYERS' LIABILITY $ OO (DISEASE-EACH EMPLOYEE) ~ t OTHER yl (f i! DESCRIPTION OF OPERATIONSILOCATIONSNEHICLE&SPECIAL ITEMS txl }..e:;~i's.!, AL Na; `F 1R'-( • - } '``i,..'>+5,.'4. _.k }6P'~L(= dy"i[e :k.ff. u' i M i SHOULD gNV OFTHE' ROVE DESCRIBED POLICI BEY ELLED BEFORE THE EX- P Y WILL ENDEAVOR TO O - F.. M T REOF, THE UIN C PIRA ff~~N BATE OCATE HOLDER NAMED TO THE O T ' - - C City of Denton T DAYS RITTEN N MAIL V Y TX. 76201 Denton .._lEEr~BUT FAILUR O MAIL S T S A OSE NO OBLIGATION OR LIABILIT b R P ESENTATIVES. KIND bN THE C P Y Y A O , / _ FA AUTHORI D RESENT E l/ 3 i h .t n ~ ~ t ,r CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency Ramey, King & NIinnis 707 First State Bank Bldn Denton. TX. 76201. Phone 382-9691 Name and Address of Insured: Calvert Paving Corporation P.O. BOX 268 Denton, TX. 76202 387-6831 Phone City of Denton Reforencet Project Naar: Taylor Park Storm Drainage Project Not Bid ;9842 Project Location: Managing Dept: C==omes Affording Coverages A, AMERICAW GENERAL B C This Is to Certify "het policies of Insurance listed below have been issued and are In tarp at this time. mpany Expiration Limits of Liability ttsr Type of Insurance Pali N b D t um er a e In Thousands Ogg A rohon s iw emmeral Liability r n Occurrence ECA8101366 10/3/ 38 ~rrw - Claims Medal (see /2-teversw Bodily Injury $ Broad Fare to Includes XPromises/Operations p~"y ~ ; aclnds endent C t t p on rac ors Product'/Ctomptoted Operations j Bodily Injury and Property D 500/ XContractual Liabtlity (sea #I-rewrse) C°°bined amage : - EsIosi d C ll on an o apse Hazard -XIhnderground Hazard XUgsor Liability Coverage reverse) i y ~ l y D ge XBBroad F orm ropm l P - Professional Errors/Omissions - occurrence - claims mods (ear 112-revsrioi A Cauprehonstw Au"amobtis liability GLi•10939109 Bodily Injury/Person = 10/3/8 .11 Bodily Injury/A«ident $ KOwned/Leased Automobiis& Property Damage $ XMon-0naad AutomobI Ias X Hired Automobiles Bodily Injury/Property damage combined $ 500 A - Workers' CaVansation and Employers' Liability pmtat it~ 000/SO500 082119698 5 6/6/8.8 each acc en A Other Insurance -UMBRELLA B38734183 6/30/8 5,000/5,000 Description of Operations/Locations/Vehicles. The City of Denton is an additional insured as its Interest may appear as defined on the reverse side. Nerve and a'IF, a of Certificate Holder. 19 a C 37Y OF DMM, 770(114 RFCH4S= A((ENr 901-8 1EXAS ST , w 1)[7m, 170 762D1 3E 139TRCE Qr 1I1i1MS CR -4 MM3=L tu7(q CI-3 CONDITIONS AIDIIY ML MUM: The City or Dental, its elected and appointed cffia also drIce s and employees. (This does not apply to Wm 4w's Canpaeati c n. ) NO= OF CANMLAQJ: Prior tD any material CI S cr cancellation, the City of Dmbm will be given 30 days advance written notice mailed to the stated atirhe~ of the Catificate Haider, City of Dentin. 1 • COMPAM RAL O7VFRA(E: (Liability assumed by contit-dct or g : 1 1 1, and iiould not othewise exist). The cafamcbsl liability requirazent adorn on the reverse side of this Certificate of Insurance under C uprebe live General Liability, mist include a ddl tim of cmRwW broad enygh W provide omr4p for ebUgetiors waned by the eontrmbr, in the referenced ombrmct. This Certificate of T+stran a is provided as required by the SNemirg Contract. 2. CLADS PADS Fam @att Aewired period of coverage will be determined by the follorirg farmL a: Cmtinnis eoveep for the life of the omxact, pUis one yew (to provide coveraip for the warranty, period), and a extended discovery period for a minimm of 5 yeas which stall begin at the end of the mmity period. 3. ME LEML rrexcrTM: (gegAred do all amtacts that involve the oc t4mn y, construction or alteration of Citg-awed or leased facilities). r'stnTMp is to cover buildings, contmits (thee apoica' ) and pmmenmUy installed eguipm nt with I to properly d to structures or portions of structures if such dama~ is ®nsed by the peril of fire and due tD the epeatias of the contractor. Limit of liability is to be a minimm of M,000. CI--4 CITY OF DENTON PURCHASING DEPARTMENT DATE: OPENS April 5, 1988 BID NUMBER: BID TITLE: TAYLOR PARK STORM DRAINAGE X79842 Addendum #1 7 Sealed Bid Proposals will be received until 2:00 p.m. APRIL 5, 1988 at the Office of the Purchasing Agent 901-B Texas Street, Denton, Texas 76201-4229. John J. Marshall, C.P.M. Purchasing Agent (817) 566-8311 ADDENDUM IF 1 Calvert Paving Corp. P.O. Box 268 Denton, TX 76202 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received in duplicate. on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2 Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely sealed envelope. and mailed or delivered to the Purchasing Department. City of Denton, 901 •B Texas St.. Denton, TX 76201. 3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or It will not be considered a. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder. & In case of default after bid acceptance, the City of Denton. Texas may at its option hold the accepted bidder or contractor liable for any and all resultant increased costs as a penalty for such default. 7. The Clly of Denton reserves the right 1o reject any and all bids, to waive all informalities and require that submitted bids remain In lore for a sixty (6% day period alter opening or until award Is made. whichever comes first. & The quantities shown maybe approximate an6 could vary according to the requirements of the City of Denton throughout the contract period. 9. The Items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all Information and/or questions pertaining to this bid shall be directed to the city of Denton Purchasing Agent. 11. Any attempt to negotiate or give Information on the contenti of this bid with the City of Denton or its representatives prior to award shall be pounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating tar award. 13. The City of Denton Is exempt from all sales and excise taxes. (Article 20.04-8) ADDE43M #1 BID# 9842 TAYLOR PARK DRAINAGE PAGE P-12 ITEM 8.15, (CONCRETE RIP-RAP) on the McCormick Street Channel portion of Taylor Park Drainage should read 1,965 square yards rather than 647, square yards. PLEASE INCLUDE THIS ADDITIONAL CONCRETE RIP-RAP IN THE BID. Taylor Park Drainage (McCormick Street Channel) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 15 BID NO. 9X49 PO NO. UNIT PRICE TOTAL 1.21 Contractors Warranties and Understandings LS 3-A.2 Remove Concrete Rip Rap 26 SY /SY 3.1 Preparation of Right-of-Way LS 3.3 Channel Excavation 410 Cy /CY 3.7 Compacted Fill 644 CY CY 8.15 Concrete Rip-Rap SY /SY SP-10 Rock Excavation 0 CY CY Grand Total P - 12 B I D # 9842 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF Taylor Park 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 cdlsidered 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 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 sand specifications, for the following sum or prices, to wit: A P - 2 Ta11ot Park Drainage (Lindsey Street) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. 9942 PO NO. UNIT PRICE TOTAL Contractors Warranties & 1.21 Understanding LS OAS 2.11.5 Inlet Frame and Cover 6 EA ?n.~' EA is 2.12.3-A 15' RCP Storm Sewer 85 LF /LF 2.12.3-C 21" RCP Storm Sewer 254 LF _20 " /LF o5r 2.12.3-D 24' RCP Storm Sewer 84 LF LF 2.12.3-E 30' RCP Storm Sewer 28 LF 3> ° /LF 24" Class IV RCP Storm 2.12.3-I Sewer 474 LF 3,0 /LF 30" Class IV RCP Storm 2.12.3-K Sewer 40 LF 4/0 /LF 3-A.1 Remove Concrete Pavement 5 SY Ia." /By ` 3-A.2 Remove Concrete Rip-Rap 4 SY D''/Sy Remove Concrete Curb & 3-B Gutter 210 LF /LF Preparation of Right- 3.1 Of-Way LS /LS /0 20. Asphalt Patch Material 5.7-B (Type D) 65 TON /TON 5.8-A 60 Concrete Pavement 5 SY /SY 7.6.A-5 10' Curb Inlet 5 EA `"/EA 10' Special Curb Inlet 7.6.A-12 (Type I) 1 EA /~v ` EA >c?i Barricades, Warning Signs 8.1 & Detours LS 0 LS 8.2-A Concrete Curb & Gutters 95 LF /0' °-/LF 8.15 Concrete Rip-Rap 3 SY /BY w -o« SP-2 Concrete Saw Cut 55 LF /LF /Y- ° SP-4 Lower Waterline 3 EA " EA dam" SP-10 Rock Excavation 0 CY " /CY SP-21 French Drain 50 LF /LF Stx~ SF-27.A Adjust Water Service 8 EA ° EA SP-27.B Ad just Sewer Service 8 EA 5a~ ~K%EA Grand Total off`//y' ` P - 3 Taylor Park Drainage (Willowwood Street) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 40 BID No. 9842 PO NO. UNIT PRICE TOTAL Contractors Warranties & 1.21 Understanding LS '//LS _ 2.11.5 Inlet Frame and Cover 6 EA "/EA 2.12.3-A 15' RCP Storm Sewer 40 LF /LF 2.12.3-C 21' RCP Storm Sewer 78 LF /LF /Suo ` 2.12.3-D 24' RCP Storm Sewer 137 LF /LF 21' Class IV RCP Storm 2.12.3-H Sewer 40 LF /LF loon " 24' Class IV RCP Storm 2.12.3-I Sewer 32 LF 30 /LF 36' Class IV RCP Storm 2.12.3-L Sewer 252 LF /LF 2.12.3-N 4'! X 2' Box Culvert 150 LF /LF n o 2.12.3-P 4' X 3' Box Culvert 151 LF /LF 2.14 Fire Hydrant 1 EA /EA 3-A.1 Remove Concrete Pavement 35 BY /SY 3-A.2 Remove Concrete Rip-Rap 20 SY /SY Remove Concrete Curb & 3-B Gutter 154 LF ' /LF Preparation of Right- 3.1 Of-Way LS "'/LS 2' Asphalt Patch Material 5.7-B (Type D) 50 TON Sn ° /TON 5.8-A 6' Concrete Pavement 35 SY `'/Sy 5 X 5 Junction Box & 7.6.A-1 Cover 6 EA -"SEA N>D 7.6.A-3 6' Curb Inlet 1 EA •J /EA /5~ 7.6.A-5 10' Curb Inlet 2 EA i>OO' /EA 30vo ` `J 4' Special Curb Inlet 7.6.A-6 ( e iI) 1 EA e'-O ~'/EA /OX5 v 6' Special Curb Inlet - 7.6.A-8 (Type IV) 1 EA 00 '/EA 115 10' Special Curb Inlet 7.6.A-11 (Type III ) 1 EA /~lj "-/EA 150o Barricades, Warning Signs 8.1 & Detours LS /LS 8.2-A Concrete Curb & Gutter 73 LF A9 /LF 7 n"u P - 4 Taylor Park Drainage (Willowwood Street Con't) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. 9842 PO NO. UNIT PRICE TOTAL 8.15 Concrete Rip-Rap 18 SY ;,°•:7 /SY SP-2 Concrete Saw Cut 193 LF ` /LF SP-4 Lower Waterline 4 EA `'%EA SP-10 Rock Excavation 0 Cy '/CY r SP-21 French Drain 50 LF /0'0J /LF Soo C~~ SP-27.A Adjust Water Service 3 EA 30X1 "/EA t?eu SP-27.B Adjust Sewer Service 3 EA ti» EA a~ y SP-37 Excavation Protection 4235 SF So /SF 0 Grand Total 77 y' P - 5 Taylor Park Drainage (Dudley Street) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. 9842 PO NO. UNIT PRICE TOTAT Contractors Warranties & 1.21 Understandings LS /LS 2.11.5 Inlet Frame and Cover 9 EA "'/EA 2.12.3-A 15' RCP Storm Sewer 459 LF /LF 21' RCP Class IV 2.12.3-H Storm Sewer 653 LF /LF 24' Class IV RCP Storm 2.12.3-I Sewer 128 LF ?moo 'p LF 27' Class IV RCP Storm 2.12.3-J Sewer 234 LF /LF 36' Class IV RCP Storm 2.12.3-L Sewer 225 LF LF /3 5n:) " 15' Class IV RCP Storm 2.12.3-M Sewer 71 LF x n ` /LF Remove Concrete Curb & 3-B Gutter 246 LF :5- c' /LF Remove Concrete Sidewalk 3-C & Driveway 10 SY /SY /0(3 ` Preparation of Right- 3.1 Of-Way LS i~Grx~'~%LS i7oo-- 2' Asphalt Patch Material 5.7-B (T P D) 97 TON /TON 7.4.5 Class A Concrete 3.23 CY ; nJ'°"CY 5 X 5 Junction Box and 7.6.A-1 Cover 5 EA -'-YEA 7---00' 7.6.A-3 6' Curb Inlet 1 EA / 0 3 ` /EA w 7.6.A-4 8' Curb Inlet 1 EA j~0-u "/EA /_7ov' ' / 7.6.A-5 10' Curb Inlet 6 EA t2 EA ~>=7j ` 10' Special Curb Inlet 7.6.A-12 (Tvioe I) 1 EA A. J'EA n0"` Barricades, Warning Signs 8.1 and Detours LS O LS 8.2-A Concrete Curb and Gutter 100 LF % /LF 8.3 Concrete Sidewalk 10 BY ..2° ~ SY U P - 6 taylor Park Drainage (Dudley Street Con't) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 30 BID NO. 9847 PO NO. UNIT PRICE TOTAL 8.15 Concrete Rip-Rap 28 SY `"/Sy SP-2 Concrete Saw Cut 75 LF r /LF !50 ` SP-3 Reinforcing Steel 154 LB SP-4 Lower Waterline 5 EA % `-/EA 1-!5W SP-10 Rock Excavation 0 Cy /CY SP-21 French Drain 50 LF 1G /LF SAr, SP-27-A Ad Just Water Services 8 EA i O'/EA > w ` -2 SP-27-B Ad ust Sewer Services 8 EA /EA ^<<~,; " SP-33 Remove Concrete Inlet 1 EA /EA `-OrU SP-37 Excavation Protection 4800 SF So /SF Grand Total P - 7 Taylor Park Drainage (Alley) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 50 BID NO. 9942 PO NO. UNIT PRICE TOTAL Contractors Warranties & 1.21 Understandings LS %51S _ %LS 'y 2.11.5 Inlet Frame and Cover 8 EA /EA i. oa 2.12.3-E 30" RCP Storm Sewer 790 LF :7.` /LF 2.12.3-F 36" RCP Storm Sewer 329 LF Sc3/LF 30" Class IV RCP Storm 2.12.3-K Sewer 99 LF vo ` /LF 2.12.3-P 4' X 3' Box Culvert 156 LF &0-ate/LF 3-A.1 Remove Concrete Pavement 164 SY /0.~• /SY 3-A.2 Remove Concrete Rip-Rap 20 Sy /0' " /SY vv Remove Concrete Curb 3-B Gutter 151 LF S /LF Remove Concrete Sidewalk 3-C & Driveway 30 SY o /SY Preparation of Right- 3.1 Of-Way LS 0,:-o °%LS 3.3 Unclassified Excavation 103 CY /0 /CY 1036,-' 3 1/2• Asphalt Base 5.7-A.1 (Type A) 717 SY T° /SY 5.7-A.2 1 1/2w Asphalt (Type D) 717 SY U.' /SY c 2' Asphalt Patch Material 5.7-B (Type D) 2 TON /TON ' 7.4.5. Class A Concrete 4.19 CY G o6, "/CY CY o. 5' X 5' Junction Box 7.6.A-1 and Cover 1 EA /i /EA "0.j 4' Special Curb Inlet 7.6.A-7 (T a VI) 2 EA /ctxw"U /EA 6' Special Curb Inlet 7.6.A-9 (Type VI) 2 EA iron EA 8' Special Curb Inlet 7.6.A-10 (Type V) 1 EA 1SC3o %EA 6' Special Curb Inlet 7.6.A-13 (Type VII) 3 EA 5Z-)O-""/EA t/- Barricades, Warning Signs 8.1 and Detours LS /LS G 8.2-A Concrete curb & Gutter 28 LF /LP r ~~J JJ P - 8 Taylor Park Drainage (Alley Con't.) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. ~ PO NO. UNIT PRICE TOTAL 8.3 Concrete Sidewalk 40 SY /SY ~]o 8.12-A Welded Pipe Handrail 4' 2 EA /EA 8.12-B Welded Pipe Handrail 6' 5 EA EA 750 8.12-C Welded Pie Handrail 8' 1 EA peon `-/EA w.rcO 8.15 Concrete Rip-Rap 682 SY ;D•" SY SP-2 Concrete Saw Cut 80 LF /LF A~/Y `J SP-3 Reinforcing Steel 424 LB /LB ~'ccJ SP-4 Lower Waterline 4 EA /EA SP-10 Rock Excavation 0 CY /CY SP-15.A Adjust Water Valve 1 EA s --774 "'/EA 4ti>6 `l SP-15.B Adjust Man Hole 3 EA /EA ?Oo" SP-21 French Drain 500 LP /LF Sn v oU SP-27.A Adjust Water Services 2 EA -In~' /EA 'ci .5 SP-27.B Adjust Sewer Services 2 EA 3CX1 u /EA SP-37 Excavation Protection 12361 SF .50 SF SP-38 Trevira S unbound_Fabric 717 SY /SY Grand Total /417 75 , T' N 1 P - 9 Taylor Park Drainage (Parvin Street) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT BID NO. 9842 PO NO. UNIT PRICE TnTAT. 1.21 Contractors Warranties & Understandings LS _ /LS 2.11.5 Inlet Frame and Cover 5 EA _'r;K> /EA m a,iJ 2.12.3-A 15" RCP Storm Sewer 96 LF er /LF L,(- ` 2.12.3-B 18' RCP Storm Sewer 275 LF lz' LF GL 5 2.12.3-E 30' RCP Storm Sewer 104 LF ' a"/LF 44C 2.12.3-I 24' Class IV RCP Storm Sewer 135 LF CS /LF 4,40 TO.C 2.12.3-M 15" Class IV Storm Sewer 34 LF ele /LF 3-A.1 Remove Concrete Pavement 20 SY ee /SY %lt c 3-B Remove Concrete Curb & Gutter 130 LF ~CZ /LF 3.1 Preparation of Right- Of-Way LS dB ILS 5.7-B 2' Asphalt Patch Material (Type D) 35 TON A /TON 5.8-A 6' Concrete Pavement 20 SY C' 0 e /By [1C' e . 7.4.5 Class A Concrete 3.23 CY d rfl /CY 7.6.A-1 5' X 5' Junction Box and Cover 2 EA c f1'/EA 7.6.A-2 4' Curb Inlet 1 EA IC?-4 c"'/EA 7.6.A-3 6' Curb Inlet 1 EA / IX/EA cC C'& 7.6.A-4 8' Curb Inlet , - 2 EA iee--91EA Ec' c r 7.6.A-5 10' Curb Inlet 1 EA / 1t'.e' EA e4' 8.1 Barricades, Warning Sign; and Detours LS LS 8.2-A Concrete Curb & Gutter 44 LF /LF 64 Z~no 8.15 Concrete Rip-Rap 58 SY re-~e /By SP-2 Concrete Saw Cut 53 LF LT-0 /LF C D SP-3 Reinforcin Steel 154 LB LB C SP-4 Lower waterline 2 EA CL""e/EA 'ee a' C~ fe d 3 P - 10 Taylor Park Drainage (Parvin Street Con't.) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT nVI, I, Y[]1J 4V BID NO. 9942 PO NO. UNIT PRICE TOTAL SP-10 Rock Excavation 0 CY C2' /CY SP-21 French Drain 50 LF r /LF < SP-27-A Adjust Water Services 2 EA cb /EA SP-27-B Adjust Sewer Services 2 EA Ge Ce /EA .4"e Grand Total Y P - 11 Ta?lot Park Drainage (McCormick Street Channel) BID TABULATION SHEET ITEM OUANTTTY UNTT -BID NO. +9X47 PO NO. TTNTT PPTrr WWI T. 1.21 Contractors Warranties and Understandings LS S^ C .4--e 3-A.2 Remove Concrete Rip Rap 26 SY o-/SY Z,CL c'z~ 3.1 Preparation of Right-of-Way LS 3.3 Channel Excavation 410 CY 'Ott /CY ,ZC} $Z 3.7 Compacted Fill 644 CY 0 O ICY Z 0' R 8.15 Concrete Rip-Rap BY /SY ~l~ SP-10 Rock Excavation 0 CY G0 CY Grand Total 3 i •(ie P - 12 Ault 70Yc BID SUMMARY I. Taylor Park Drainage System Work Days Total Bid Price A, Lindsey Street 20 L1144 0 B. Willowwood Street 40 $ 5' 73 / Lc- "C. Dudley Street 30 X37_ D. Alley 50 127 q 72- E. Parvin Street 20 Go -F. McCormick Street 15 ~G6 37 9 ~d Channel " SP-39 2 Project Signs $ G~6 L, crr' G. All Six Systems *90 Including the Project Signs * If two or more of the systems are awarded, the number of work days is half of the total number of work days obtained by adding the work days listed for each individual system. In this event, the project is considered large enough to warrant two crews. P - 13 TOTAL BID PRICE IN WORDS /C5rVA vri7~7~D G_TGifT// F..°~'!Z Tf~,^~S~(iYL 46;111O1?E1) FCV9 PL 1K,; 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. CONTRACTOR T_T BY f~ f_0 1_96 /Y gr-6 ~11 Y Street Address City and State Seal & Authorization (If a corporation) ((7~ ~S7-~F:61 Telephone P - 14 L Y c i GI s 1 CITY of DENTON, TEXAS PURCHASING DIVISION / 901-B TEXAS STREET / DENTON, TEXAS 76201 * CALVERT PAVING CORPORATION P.O. BOX 268 DENTON, TEXAS 76202 pop. -D pVE JUN 21 ;988 NOTIFICATION OF AWARD CITY OF DEN T ON PURCHASING DEPT. On the 19 day of APRIL 19 88 the City of Denton CITY COUNCIL awarded bid number 9842 , TAYLOR PARK STORM DRAINAGE to the lowest and most responsible evaluated bidder CALVERT-PAVING CORPORATION for the total amount of $ 291,572.36 CALVERT PAVING CORPORATION from the above date or until JUNE following required documents; has UNTIL. dW 19 88 to submit the Contract Documents Performance, Maintenance, Payment Bonds Certificate of Insurance with the required protection and dates on insurance coverage will extend through contract completion date. Final award will depend upon receiving the above as specified. Notice to commence work will be by the issuance of a properly executed Purchase Order 8171566.8311 D/FW METRO 267-0042