Loading...
1986-2120923L NO 16 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $10,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9652 Jan-L Construction Company 99,952 00 9656 Atkins Brothers Equipment Co , Inc 1489,150 20 SECTION II That the acceptance and approval of the bids shall not constitute a contract between person submitting the bid for construction of or improvements herein accepted and approved, shall comply with all requirements specified Bidders including the timely execution of a wx above competitive the City and the such public works until such person in the Notice to xtten contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of bids and the execution of contracts fox improvements as authorized herein, the authorizes the expenditure of funds in amount as specified in such approved contracts executed pursuant thereto SECTION V the above competitive the public works and city Council hereby the manner and in the bids and authorized That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 21st day of October, 1986 RAY ST H S, AYOR CITY 0 DENTON, TEXAS ATTEST L CITY OF DhNTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY u~ fll7 ~L L C ~l PAGE TWO DATE October 21, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9652 - PRECAST WALL CONSTRUCTION RECOMa1ENDATION We recommend this bid be awarded to the lowest bidder of Jan-L Construction Co in the total amount of $99,952 00 SUMMARY This bid is for the construction and installation of eight feet high concrete walls around the perimeters of the existing Hickory and Kings Row electric substations These walls will serve as sight and sound barriers as well as security purposes BACKGROUND Tabulation Sheet Memorandum - Josef Cherri, Electrical Enqineer PROGRAMS DEPARTIVATS OR GROUPS AFFECTED. Electric Meter and Substation Department FISCAL IMPACT Electric Utility Bond Funds Respectfully submitted Lloyd V Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved i Name Jq J Marshall, C P M Title Durrhasina Agent r l I c a ro m } i ~ -l m o 1 m i rr - I I +t = I I ~J ~ ~ I = i cJ 1 rn I I 1 3 I i AI A rJ ~ rl I 1 1 ~ -i rJ'} F 1 i 6 T t) V} f7 -i I S Jl ~ P ~ + I IT I l J ~ s 1 S[ I 1 ~ rso m 1 n} r _ J l FS1 S T _ I x } ~ \ V C1 I I ~ l P Vl 1 4 ' 3[ u i R 2 I I _ S J CJ i ~ "C I '-A ti V p I I H n Z I 1 - I I ~ n ° 'Q 61 ' i a i z s m si 1 I ~ I ~ I I 1 i I I$} J J I K I _ S T .IJ I'S} tiJ 1 Cl =J m y, y I I _J -i 1 ~ J m m ersili i z i a 1 1 Cy 9 CGi 1 Z 'St M I I I I z t I z l l i m ry 1 ? 1 YJ C } _ u} ~ ° Q l ~ r' n ~ -1 v . J ~ I 3l I I p ~ I y 1 I ~ n Z T 1 I Al I 1 2 I I C 1 O I I 31 1 1 CITY OF DENTON M E M O R A N D U M TO: FROM DATE: SUBJECT Tom Shaw, Purchasing Agent Josef Cherri, Electrical Engineer September 24, 1986 Precast Wall Construction for Hickory and Kingsrow Substations, Bid #9652 The bid invitation for 4" precast wall construction is awarded to Jan L Construction Cc , Inc , P 0 Box 410, Marlow, Oklahoma 73055 a-c° JC vw (D , Rp3o I S410 q~~ a (-r~ SEF u 5 1986 CITY OF DENTON CITY OF DENTON PURCHASING DEPT PURCHASING DEPT, CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON pia THIS AGREEMENT, made and entered into this 23 day of October A.D., 19 86 , 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 Jan-L Construction Co., Inc. P.O. Box 410 of the City of _Marlow and state of Oklahoma termed CONTRACTOR. County of Party of the Second Part, hereinafter 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# 9652 - Precast Wall Construction - $99,952.00 P.O. # - 7-5-9 6S and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by The City of Denton Electric Utilities Department , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: City of Denton, Texas J _ Party o the Firs Part, O[ By v. oyd Harrell, City /Manager (SEAL) ATTEST: C~ Party of the Second Part, CONTRACTOR By Title (SEAL) APPROVED AS TO FORM: l' ity Atto ey CA-2 0044b "C`iER 9652 BID PROPOSALS Page 3 of 13 DESCRIPTION I QUAN. PRICE Hickory Street Substation Project lot $38972.00 (4" Precast Panels) Work days to complete after receipt of order 24 after approval of shop drawings. Kingsrow Substation Project lot ka9A nn (4" Precast Panels) Work days to complete after receipt of order 31 After approval of shop drawings TOTAL FOR BOTH PROJECTS 9995~_nn Hickory Street Substation Project (5" Precast Panels) Work days to complete after receipt of order 24 lot after approval of shop drawings Kingsrow Substation Project (5" Precast Panels) pork days to complete after receipt of order 31 I lot a-cer approval of shop drawings TOTAL FOR BOTH PROJECTS TOTALS AMOUNT We quov the above f.ob. Denton, Texan. Shipment an be made in days from receipt of order. Terms net union otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time eonstituas a contract. P. O. Box 410 Mailing Address Marlow, OK 73055 City unto ZIP 405)658-5482 Tsleeetwe alddar signature Title Road rick Insuraucc ACeney 306 h'. ?;iin Comanche Ok. 73529 10-28-86 St. Paul Lnsurance Co. Stonewall Surplus Llues Ins. Co. ,lau-T. Construction Co. BOx 410 M,irl , Ok . 73055 x x x A x x x x x x x 13 Citv of Denton 9018 Tcsas Denton, Texas, 7 6201 CK 03500760 CK 03500760 58003321 4-1-86 4-1-87 4-1-86 4-1-87 3-7-86 3-7-87 Construction Operations 10 500 500 500 2,000 x,000 AGENCY Q Headrick Insurance Agency 306 W. Main Comanche,Ok. 73529 NAME AND MAILING ADDRESS OF INSURED Jan-L Construction Co., Inc. Box 410 Marlow, OK. 73055 PANY l d rfective 1;00 p m 10-28-86 .19 {pires ® 12:01 am ❑ Noon 5-15-8719 This binder is issued to extend coverage in the above named company per empliri policy #650-265G298-0-IND-86 (except as noted below) ption of Operation/Vehicles/Property Builders Risk on Pre-Cast Fence Type and Location of Property Coveragel Peri Is/ Forms Amt of Insurance Ded. Cwtta or. Fence - Hickory Street Sub Station Build. Risk Special Form $38,972.00 1000 90 R Fence - Kings Row Sub Station Build. Risk Special Form $60,980.00 1000 90 0 P E R T Y Limits of Liability Type of Insurance Coveragel Forms Each Occurrence Aggregate ❑ Scheduled Form ❑ Comprehensive Form Bodily Injury $ $ ❑ Premises/Operations _ Products/Completed Operations Property Damage $ $ ❑ Contractual Bodily Injury & ❑ Other (specify below) Property Damage $ $ ❑ Med Pay $ Pei $ Per Combined I Person Acatlem Lam-- Personal Injury ❑ A ❑ B ❑ C Persona l Injury $ Limits of Liability 1 ❑ Liability ❑ Non-owned ❑ Hired Bodily Injury (Each Person) $ ❑ Comprehensive Deductible $ Bodily Injury (Each Accident) $ ❑ Collision-Deductible $ ❑ Medical Payments $ Property Damage $ Li Uninsured Motorist $ ❑ No Fault (specify) Bodily Injury & Property Damage E ❑ Other (specify): Combined $ ❑ WORKERS' COMPENSATION - Statutory Limits (specify states below) SPECIAL CONDITIONS/OTHER COVERAGES NAME AND ADDRESS OF ❑ MORTGAGEF City of Denton 901B Texas Denton, Texas 76201 ❑ LOSS PAYEE ❑ ADD 'L INSURED LOAN NUMBER ❑ EMPLOYERS' LIABILITY - Limit $ 4 ,C G€- ~GEG/LcCf. Signature euthonzed Representative Date ACORD 75 (1107 0 LEI PERFORMANCE AND THE /ETNA CASUALTY AND SURETY COMPANY PAYMENT BOND Q Hartford, Connecticut 06115 LIFE&CASUALTY /JUU KNOW ALL MEN BY THESE PRESENTS, THAT, Jan-LConstruction Co., Inc. (hereinafter called the Principal), as Principal, and THE AzTNA CASUALTY AND SURETY COMPANY, a corporation organized and existing under the laws of the State of Connecticut with its principal office in the City of Hartford, Connecticut (hereinafter called the Surety), as Surety, are held and firmly bound unto The City of Denton, Texas (hereinafter called the Owner), and to all persons who furnish labor or material directly to the Principal for use in the prosecu- tion of the work hereinafter named, in the just and full sum of Ninety nine thousand nine hundred fifty two and no/100 dollars 99,952.00 )Dollars, to the payment of which sum, well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 31st day of October 1986,toPrecast Wall Construction 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 TH IS OBLIGATION IS SUCH, that if the said Principal shall fully indemnify the Owner from and against any failure on his/her part faithfully to perform the obligations imposed upon him/her under the termsof said contract free and clear of all liensarising out of claims for labor and material entering into the work, and if the said Principal shall pay all persons who shall have furnished labor or material directly to the Principal for use in the prosecution of theaforesaid work, each of which said persons shall have a direct right of action on this instrument in his/her own name and for his/her own benefit, subject, however, to the Owner's priority, then this obligation to be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that no action, suit or proceeding shall be had or maintained against the Surety on this instrument unless the same be brought or instituted and process served upon the Surety within two years after completion of the work mentioned in said contract, whether such work be completed by the Principal, Surety or Owner; but if there is any main- enance period provided in the contract for which said Surety is liable, an action for maintenance may be brought within two years from the expiration of the maintenance period, but not afterwards. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 31st day of October 119 86 . {SEAL) Jan-L Construction Co., Inc. (SEAL) THE ETNA CASUALTY AND SURETY COMPANY ' By. Phil C. Pace Attorney-in-Fact (SEAL) CAT 40558A (S-1713-F) 11-75 PRINTED IN U.S.A a LIFE & CASUALTY THE /ETNA CASUALTY AND SURETY COMPANY Hartford, Connecticut 06115 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL MEN BY THESE PRESENTS, THATTHE kTNA CASUALTYAND SURETY COMPANY, a corporation duly organized underthe lawsof the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, hath made, constituted and appointed, and does by these presents make, constitute and appoint Phil C. Pacer Tom V. Barnes or Carolyn Cox - - of Duncan, Oklahoma , itstrueend lawful Attomey(s)-in-Fact, with full powerandauthority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there desig- nated , the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and otherwritings obligatoryin the nature of a bond, recognizance, or conditional undertaking, and any and all consents incidents thereto not exceeding the sum of THREE HUNDRED THOUSAND ($300,000.00) DOLLARS - and to bind THE kTNA CASUALTY AND SURETY COMPANY, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of THE kTNA CASUALTY ANDSURETY COMPANY, and all the acts of saidAttomey(s)-in-Fact, pursuantto the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and effect: VOTED: That each of the following officers: Chairman, Vice Chairman, President,Any Executive Vice President, Any Senior Vice President, Any Vice President, Any Assistant Vice President Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Attorneys-in-Fact, and Agentstoaatfor and on behalf ofthe Company and may give anysuch appointeesuch authorityas his certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the natureof a bond, recognizance, or conditional undertaking, and arty of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him. VOTED: That any bond, recognizance, contractof indemnity, orwrhing obligatory in the nature of a bond, recognizance, orconditional undertaking shall be valid and binding upon the Company when (a) signed by the Chairman, the Vice Chairman, the President an Executive Vice President a Senior Vice President, a Vice President, an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the certificate of authorityof such Resident Vioe President, and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuantto the power prescribed in thecertificateof authority of such Resident Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Auomeys-in-Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of THE kTNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: Chairman, Vice Chairman, Prescient Any Executive Vice President Any Senior Vice President Any Vice President Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power to executed and certified by such facsimile'signature and facsimile seal shall be valid and binding upon the Company in the future with reaped to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, THE kTNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Assistant Vic President , and its corporate seal to be hereto affixed this 10th day o~ December 19 82 ...V': THE iE7NA CASUALTY AND SURETY COMPANY xumero. 3€ By- mxx g 7, G State of Connecticut Assistant V ce President so. Hartford County of Hartford On this 10th day of December , 19 02 , beforeme ptrraonal;y came R, T. RIPPE to me known, who, being by me duly swom, did depose and any: that he/she is Assistant Vice President of THE ATNA CASUALTYAND SURETY COMPANY, the corporation described in and which executed theabove instrument; that he/she knows the seal of said corporation; thatthe seal affixed to the said instrument issuch corporate seal; and that he/she executed the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. CERTIFICATE 1 4P _%4A ;yh,,, co My m ission expires March 31, 19 84 otary Public I, the undersigned, Secretary of THE ATNA CASUALTY AND SURETY COMPANY, a stock corporation of the State of Connecticut, DO HEREBY CERTIFY thatthe foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Board of irectors, as setforth inthece 'ficateof Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State f nnecti at i T •rd day of November '19 86 1.• w... < cox" E BY Secretary PRINTED IN U.S.A. .(8.1922-E) (M) 8.79 DATE October 21, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9656 - NORTH LOCUST STREET PAVING AND DRAINAGE REC0Mf1ENDATION We recommend this bid be awarded to the asphalt low bidder Atkins Brothers Equipment Co , Inc for the amount of $489,150 20 SU14MRY This bid invitation was sent to thirty-two contractors and twenty-five bids were picked up We received tehn bids as shown on the tabulation sheet The two low bids for asphalt were $489,150 20 and $497,031 00 The two low bids for concrete were $510,318 50 and $613,324 30 See attached memorandum which states that the low bid for asphalt is under our estimate BACKGROUND Tabulation Sheet Memorandum - Jerry Clark PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Capital Improvements Funds FISCAL IMPACT These is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by me` John J Marshall, C P M ~ itle Purchasing Agent Approved fame ohn J Marshall, C P M Title. Purchasrnq Agent IwJ u. m T m y I i r!r m m -f o I 1 n a - I 1 a O i i ate. r~ r i y l m ~ I I 1 I 1 rn 2J KJI ~J = crv I ra 1 m 1 > r ~ r O. r 1 I 1 I 11 f') 1 Vl I Cd '1 T CI YV ~ ay UJ Ti .i 1 I I Il 'O "1 r rZrJ y=' 1 I .Z T m ~ I u i » I z 1 I I P I 1 1 I 1 I 1 1 I 1 - U I 1 1 I P ~ i a i m 4 n S + r J ro :9 n I P I o a ~ rn I cJ 1 r~ °m P N I ~J I I I cn ~ - - 1 n I n > I I a x I, S 1 < I JJ m j J CJ 1 m I - 1 S 1 m St ~ ro x o i r~ r ~ r I ir ~ o i z+ i ~ N 1 0 K! I I I I 2 I I I I V a n a I K 1 I m I -i x. a m v m x J ' I P a x In s I n l n T x 7J cn o w ~ 3J i p- I I - 9 I I 1 1- ^ I 1 m I 1 ~ P i 2 i ' = T m I P I .i. n s N C S VJ rgf P I I y I I -J d 1 I I 1 I 1 11f -t ~ 1 K I x ~ p 1 ~ 1 d T ro m s i n i R1 Z r 1 VJ rJ I 1 m j 1 1 q. I 1 l i o i m ro P 1 u i nJ o :J 1 - .T m m o x. x. i i gJ 1 I I 1 1 1 1 1 `y .w.J i m i s z 1 a I t r 1 P I < ~ ~ 1 A VJ ~ m I 1 I -1 UI N I I 19J r9 1 1 I I P 1 I I 1 I ,g N 1 K I 1 K O r•J ~ Z ~ x m P J I P I O O xJ J N I o I x m 0 0 1 of 1 I 1 cn I 1 ro P 1 P I ~ 1 N r I ~J x Cf ~1 1 1 1 4. P 1 4 I TI xI lJ1 [N 1 2 K I Gfl 1 I " i i VI . - umwA CITY of DENTON MhMORANDUM DATE TO FROM SUBJECT DENTON, TEXAS 76201 October 13, 1986 John Marshall, Purchasing Agent Jerry Clark, City Engineer Approval of Bid 69656, Locust Street Drainage Paving and We have reviewed the low overall bid of Atkins Brothers on the Locust Street Project Their bid of $489,150 20 is almost mis akesn ev811 identd Thel saline v ngsteof seem $100,000 under o with estimate $20,000 ofvph ft the Atk ns Brothers bid enough to further justify appro Please submit the bid for approval by council on October 21, 1986 Call if questions arise y0-D-eL,- k , P k, P E eer 0418E OCT 14 19$6 CITY Or OLNTON PURCHASI ~ DEPT STATE OF TEXAS CONTRACT AGREEMENT COUNTY OF DENTON THIS AGREEMENT, made and entered into this 23 day of October A.D., 19 86 , 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 Party of the First Part, hereinafter termed the OVIITTER, Atkins Brothers Equipment Co., Inc. 918 W. Marshall duly authorized so to do, and of the city of Grand Prairie , County of Dallas 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# 9656 - NORTH LOCUST PAVING AND DRAINAGE P. 0. # - ?._AC) / $489,150.20. _ and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by City of Denton Engineering Department , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. (SEAL) ATTEST: ~cc APP OVE AS TO FORM: csZL ~ L c-(~~ City Attorn Atkins Brothers EEquipment Co., Inc. Party of the Second Part, CONTRACTOR By z~~, , der Title Address OWNS FRCS. CO. (SEAL) 919 Wr T 1110.1"J: 61 GMTJD P WRIE, TEXT+S 75051 W-8890 CA-2 0044b PERFORMANCE BOND STATE OF TEXAS COUNTY OF Dallas KNOW ALL MEN BY THESE PRESENTS: That Atkins Bros , of the City of Grand Prairie County of , and State of Texas as PRINCIPAL, and American Casualty Company of Reading, PA , 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 Four hundred eighty-nine thousand one hundred fifty and twenty cents Dollars (1489,150.20 ) 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 23 day of October 19 86 , for the construction of North Locust Street Paving and Drainaae 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; Equipment Co., !nc. 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 &t 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 day of ~/lrzl 19d'b. American Casualty Company of Reading, PA Principal ATKINS B OS. EQUIPMENT CO. INC: By AIKIYiS 9$GS. EQUIP. W, INv . Address 92I rsi MARS11411 SIL1tiD -P `-R,1E, TEXAS 750-41 (SEAL) Surety Felix Ji z, Jr Title Attorney-in-fact Address P. 0. Box 34160 Dallas. TX 75234 The name and address of the Resident Agent of Surety is: (SEAL) Bill Benson, 2915 LBJ Freeway, Suite 200, Dallas, TX 75234 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF Dallas KNOW ALL PEN BY THESE PRESENTS: That Atkins Bros. Fluipment Co., Inc._ of the City of Gra.W Prairie County of and State of Texas as principal, and Aaarican Casualty Cowipany of Raading, PA 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 Four hundred eighty-nine thousand one hundred fifty dollars and twenty cents Dollars ($489,150.20 ) 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 2, day of OrtnhPr , 19 86 Bid #9656 - North Locust Paving and Drainage to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 1 . AMNS BROS. EQUIPMENT CO. INC: Principal By Title ?ZEJDC /V T Address A1KI~JS BROS. EQUIP. CO. INC. 913 WEST NIARSHALL 051 FA7-8890 American Casualty Company of Reading, PA Surety O Felix Ji ez, J `/J} / Title Attorney-in-fact Address P. 0. Box 34160 Dallas, TX 75234 (SEAL) (SEAL) The name and ad-dFess of the Resident Agent of Surety is: Dill Benson, 2915 LBJ Freeway, Suite.200, Dallas, TX 75234 PB-4 0092b IJAINTENANCE BOND STATE OF TEXAS COUNTY OF Dallas ) KNOW ALL MEN BY THESE PRESENTS: THAT Atkins Bros. Equipment Co., Inc. as Principal, and American Casualty Company o ea ing, I, 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 Forty eight thousand nine hundred fifteen dollars and no cents Dollars ( 48,915.00 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Atkins Bros. Equipment Co.. Inc. has this day entered into a written contract with the said City of Denton to build and construct RTn# gFFF - Nnrth Ioriict Street Paving and Drainage dated 10/23/86 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 Atkins Bros. Equipment Co., Inc. as Contractor and Principal, has caused these presents to be executed by . Atkins and the said knerican Casualty Company o Reading, as surety has caused these presents to be executed by its Attorney-in-Fact Felix Jimenez, Jr. and the said Attorney-in-Fact has hereunto set his hand this day of -_.ytt ) 198 j, . SURETY: PRINCIPAL: American Casualty Company of Reading, PA ATKINS BROS. EQUIPMENT CO: INC] BY: Felix imenez, Attorney-in-Fact IJB-2 0093b American Casualty Company R£C£IV£I) of Reading, Pennsylvania CITY OF DENTpy awww,rNCePOP" PURCHASINIG CNA _ 1986 NOY -7 PH r U9 Offices/Chicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania, and having its principal office In the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Felix Jimenez, Jr., Individually, of Dallas, Texas its true and lawful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, under- takings and other obligatory instruments of similar nature as follows: and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company: "Article VI - Execution of Obligations and Appointment of Attonney-in-Fact Section 2. Appointment of Attorney-in-fact. The President or a Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 11th day of November, 1966: "Resolved, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or cer- tificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed this 11th day of July 19 78 i AMERICAN CASUALTY.2~ P OF READING, PENNSYLVANIA Nrp~u4rra x / State of Illinois 1 wir n of r County of Cook I ss R al Vice President. On this 11 th day of 19 78_, before me personally came R. J. Wall to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Western Springs, State of Illinois; that he is a Vice President of AMERICAN CASUALTY COMPANY OF READING, PENN SYLVANIA, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal: that it was so affixed pursuant to authority given by the Board of Direc tors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. a WIYr s Virg' i Melson Notary Public. My Commission Expires June 18, 1979 CERTIFICATE I, T. F. Doyle , Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, do certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 2 of Article VI of the By-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testim~nv whereof I have hereunto subscribed my name and affixed the seal of the said Company this _____3rd___ day of November 19 ,rcrro,q~ I xxrn ut T. F. Doyle As is3 tant Secretary. nm B-23142-B a f~. k+ut us i 7 I \~7.: 1 \ "1 ISSUE DATE (MMIDD/YY) 10/28/86 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. BOLEY,FEATHERSTON,HUFFMAN,DEAL P.O. DRAWER 10 COMPANIES AFFORDING COVERAGE WICHITA FALLS, TX. 76307 COMPANY A LETTER Trnscontinental Ins. Co.:o COMPANY ~ INSURED LETTER B Delta Lloyds c~ COMPANY ITT ATKINS BROTHERS EQUIPMENT CO. LETTER C - 918 W. Marshall COMPANY Grand Prairie, LETTER C TX 75051 ETTERNY E 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 REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS DATE IMMNDNY) DATE (MMI NY) EACH OCCURRENCE AGGREGATE e GE NERAL LIABILITY COMPREHENSIVE FORM 00 33 93 15 5/30/86 5/30/87 BODILY 'INJURY $ $ PREMISES/OPERATIONS UNDERGROUND PROPERTY DAMAGE $ $ EXPLOSION 8 COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL BI & RD $ $ C OMBINED INDEPENDENT CONTRACTORS 500 50 BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY WDLY ANY AUTO 7 CCP002331634 C 5/30/86 c 5/30/87 INJURY IRRPERVA $ : ALL OWNED AUTOS (PRIV PASS.) BODILY ,a,.;x ALL OWNED AUTOS (OTHER THAN) PRIV PASS IURY GNO $ . • ' _ HIRED AUTOS r-- NON-OWNED AUTOS DAMAGEry GARAGE LIABILITY EI 8 PD COMBINED $ 500 2~[.1 EXCESS LIABILITY UMBRELLA FORM DU10587 4/30/86 5/30/$7 BI&PD V00 $ 200 $ r COMBINED OTHER THAN UMBRELLA FORM *5 WORKERS' COMPENSATION STATUTORY b a" ND 1 $ 1 OQACH ACCIDENT) EMPLOYERS' LIABILITY W0002331 706 5/30/86 5/30/87 - $ 5001SEASEPOLICY LIMIT) _ $ 10 OISEASE-EACH EMPLOYEE OTHER 5s,4'4+ UtJUHIr I JUN Ur UrtHA I IUNWLUUA I IUN5/VEHIGLES/3PECIA1_ ITEMS The City of Denton is named as Additional Insured on all above policies. City of Denton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATIC 20 DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Denton, Texas 76201 LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Attn : Lloyd B. Harrell OF ANY KIND UPON THE COMPANY. IT AGENTS OR RE;ffSENTATIVES'_ AI ITUnOlen ocooeeenlrerlve . _ J7 _ f CF0 ISSUE DATE (MMA) /YY) o 2i-u-2 PRODUCER BOUT* F!%T sTm1 Hu tam ~ Q~~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS j • NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, p•0• Drawar iG EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Wichita Friisp Tess 76307 COMPANIES AFFORDING COVERAGE COMPANY A Transcontinental ins. Co . LETTER c COMPANY B tA INSURED LETTER Qt7 of Denton COMPANY TES C % Atkins 2rotlers. LETTER C 902-13 Texas Street Denton% Texas 76201 ;T LETTERNV D C COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW H AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED 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 POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS DATE (MMNONY) DATE (MIAMDM1 EACH OCCURRENCE AGGREGATE G ENERAL LIABILITY BODILY COMPREHENSIVE FORM (NJURY $ $ PREMISESIOPERATIONS UNDERGROUND PROPERTY DAMAGE $ $ EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL BI & RD $50 $ D INDEPENDENT CONTRACTORS 0 034534 7-1 ""36 7-14-"37 COMBINED BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY A UTOMOBILE LIABILITY BOCILy ANY AUTO IPFR Efl u PEASDN) $ ALL OWNED AUTOS (PRIV PASS.) BODILY ALL OWNED AUTOS (OTHER THAN/ ) PRIV PASS ( IWURY PER ACC10EN0 (PER $ HIRED AUTOS NON-OWNED AUTOS PROPER DAMAGE $ GARAGE LIABILITY 81 8 C COMBI BINED ` J EXCESS LIABILITY UMBRELLA fORM COMB $ OTHER THAN UMBRELLA FORM INED WORKERS' COMPENSATION STATUTORY (EACH AC AND EMPLOYERS' LIABILITY (DISEASE (DISEASE OTHER $2,500,000.00 Aggregate applies to O&CP Policy as provided by Umbrella Tea Cit7 of uenta., 101-3 Texas iLY Ci r,,gntan, Tams 76231 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS jWWRII~TAT~LE.N NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE O LEFT, BUT ANY FAILURE SUCH NTICE SHALL IMPOSE NO UUP(16 TXA0MP NYO RS-AGENTS OR REPR SENTATIVE OR LIABILITY CII'Y OF uENfON iNSURANOE MINIMUM REtUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Uenton, Uwner, minimum insurance coverage as follows: TYPE OF COVERAGE LIMITS OF LIABILITY I II Ii I. WORKMEN'S COMPENSATION COMPREHENSIVE GENERAL LIABILITY Bodily Injury Property Damage ST'AT'UTORY $300,000 Each occurance $IOU, 000 Each accident COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury Property Damage $300,000 Each person $100,000 Each accident $I,000,UUO Aggregate $1,000,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an UWNER'S PROTECTIVE LIABILITY INSURANCE POLICY wick the following limits: BODILY INJURY $300,000 each person $30U,000 each acciaent PERT'Y UAr1AGL $lOO,000 eacn accident $1,000,OUO aggregate Covering the worts to be performea by the contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of uenton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insurea. ff03yyc BID #9656 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF NORTH LOCUST STREET PAVING AND DRAINAGE IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation, that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according,to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 1 BID# 9656 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts,' either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P - 2 NORTH 400UST STREET ASPHALT PAVING ALTERNATE WORK DAYS 120 BID NO. -76-5-6- BID TABULATION SHEET PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractor's Warranties I I I uu I 1.21 I and Understandings I I LS I $ p d OOp /LS I ODD. ab I Remove Concrete I I I I 3-A I (Pavement) 1 425.0 1 SY I $ S6c> /gy I eo I Remove Concrete I I I I 3-B I (curb & gutter) I 4,795.0 1 LF I $ 55"/LF 1 Z~ %y/2 L~ 1 Remove Concrete I I I I 3-C I (Driveway & Sidewalk) I 2,790.0 1 SY I $ 7 0,9 /SY I cl 5 0•D O 1 Preparation of I I I 3.1 I Right-of-way I I LS I $ 7 /LS /LS I X00, 00 I 3.3 I I 1 Unclassified Excavation 1 I 3.980.0 1 I CY I S 3. D0 /CY I I Cr7 3.7 I Compacted Fill I 192.0 I CY I $ eS.OO /CY I ~~60, d0 I Type A Hydrated I I I Do I 4.6-A I Lime (Slurrey) I 130.0 I TON I $ 'T /TON I ry, Q 0, .I 6" Lime Treatment of I I I P S 1 4.6-B 1 Subarade 1 14.520.0 1 SY I S X /SY I /~ZT~•DO 1 4 1/2".Asphalt Pavement I I I eS' ~ I 0 2 SO 5.7.A-1 I Base (Type A) I 12,165.0 I SY 1 • /SY $ , 1 f 1 2" Asphalt Pavement I I I 3 /e) I,/' 5.7.A-2 I Base (Type A) 1 13,450.0 I SY I , /SY $ . , oa 11 1/2' Asphalt Pavement I I I 3~ 2 I q s0 z7~7/ 5.7.A-3 I (Type D) 1 12,165.0 1 SY I $ , /SY • 1 18" Asphalt Pavement I I I Z ~ I q 7V 5.7.A-4 I (Valley Gutter) I 155.0 I SY I /SY $ / • I 12' Asphalt Pavement I I I JJ, I D 7 I~ G ~ 0 5.7-B I (Type D Patch material) 1 50.0 1 TONS 1 , $ U O /TON P ~0• , SI 5.8-A I Concrete Pavement I (6" Flatwork) I I I 340.0 I I SY I $ 2-3•,001SY I 1 7 gZ0•a0 I 6.7.2-A I Adjust Manhole I I I 7.0 I I EA I $ZSO'Dd/EA I 1 47-4, 0,9 1 Class A Concrete I I I I (Retaining wall) I 5.0 I CY 1 $ 2776o/Cy I 3757-•D0 / Barricades, Warning & I 1 I cLS;Da°.ie I 50co.010 Detour Signs I I LS I $ ~f""`"'/LS I Concrete Curb & Gutter I 4,775.0 I LF 1 $ 5010/LF 123, ~I'yT.DO I I I I Drivewav 6" 1 1.180.0 1 SY I S 23, OO /SY 127. /a>/D.GO 3-A I Sidewalk 4" I 1,595.0 I SY I $ / 7.5'O/Sy I z 7, 112- S70 I Metal Beam Guard I I I I ct 8.12 1 Fence & Anchor GF-84 I 30.0 I LF I $ ZS.y01/LF 1 OO I Class B Concrete I I I 1 8.15 1 (Rip-Rap) I 30.0 I SY I $ Zy,60 /SY I 3 y O• do I I I I I _SP-2 I Saw cut 1 870.0 1 LF 1 $ Z,Da /LF 1 l~ 75/~.Od do. do I Handicap Ramp I I I I SP-16 1 (4' Sidewalk) 1 7.0 1 EA 1 S 206eD/EA I / 4-0d,40 I I I I I SP-21 I French Drain 1 2,000.0 1 LF I $ b.b 0 /LF 00 o•eo P - 3 NORTH LOCUST STREET DRAINAGE WORK DAYS 120 BID NO. q_(r6 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 2.11.5 I Inlet Frame & Cover I I I 14 1 EA I pd I $ /s0' /EA I I Z. /o a . 00 I 2.12.3-AI 15' R.C.P. Class III I I I 383 1 LF I I $ / 7 0'9 /LF I 1/~ ~//•41 b I _2.12.3-BI 18' R.C.P. Class III I I I 103 1 LF I I $ 20,047 /LF r I 1 Z 6~o D, D 0 I 2.12.3-CI 30' R.C.P. Class III I I 1 1,438 I I LF I $3z•aO/LF I 17~ 10/~. io I 2.12.3-Di 36' R.C.P. Class III I I I 348 1 I LF I $ `YO• SO /LF I'/ 09~, DD 1 2.12.3,-El 36' 6:1 R.C.P. , Safety Ends I I I 18 I I LF I $ rD~o0 /LF I I /p / 70.0 e 1 7.6.A-1 I 6' and X 6' Junction Box Cover I I I 1 I I EA I q pc $ /EA I I g 0 0• j j 7.6.A-2 1 8' Curb Inlet 3 1 EA I $ 0/,EA c 1 / ~DO• 0,6 I ~ c i ,n~ r•..ti r.,i,.~ I I i ~ i I vn i x/7107. o0/cn I i~ ~00•dD 1 8' Curb Inlet I I I DD gp0 I Dd Z 7.6.A-4 1 (S pecial Type I) 1 ' /EA 4 I EA 1 $ 1 00, 1 7, I 7.6.A-5 1 8' Curb I Inlet (Rebuild) 1 1 I 5 1 EA 1 $ 9SVdD • /EA I I Y Z~O,do I I 1 1 I q~ O, 0 0 7.6.A-6 110' Curb Inlet (Rebuild) 1 1 I EA I $ 5:547 Dj/EA I / I I I I I 7.6.A-7 1 4' Grate Inlet I 3 1 EA I $/ZDO•"/EA 1 ~/oD0 °0 EA I $ X75,"/EA I jjDO0. o d SP-9 1 Sewer Service Adiustmentsl 40 1 EA 1 $ Z OO1 O /EA I Ud0•ip SP-l1 I TOTAL PROJECT (ASPHALT) I I I IS°r''•"~'~°' I I I TOTAL PROJECT I I (CONCRETE) I I I I 1$ I I I I I zz p - 6 blUp ybbb TOTAL BID PRICE IN BID SUMMARY s 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. ATKINS BROS. EQUIPMENT CO. INC. CONTRACT0 BY ATKII\'S BROS. EQUIP. CO. IM Street Address qI8 ARSNALL GRAND PRAIRIE, TEXAS 75051 647.8890 City and State Seal & Authorization (If a Corporation) Telephone P - 7