Loading...
ST9704TR-AG 990112AGENDA REQUEST FORM CITY COUNCIL MEETING: ITEM CAPTION: January 12. 199~.~. ITEM Consider approval of awarding Bid/Contract # Q-0898-01 to Durable Specialties, Inc. for the installation of a Traffic Signal at the 2rid High School Access in the amount of $97,300; and authorizing the Mayor to sign. (; iMpORTANT~iLsSSAG" FOR AREA CODE NUMBER ~ENSION ~ MOBILE AREA CODE NUMBER TIME~ CALL ~LEPHONED X P~E CALL '~. VAL APPROVED BY s,sNEo dda, FINANCIAL COMMENTS: Funds for this project have been allocated DIR. INITIALS: ~ Agenda Request Form - Revised 3/98 FIN. REVIEW: +/- BUD:$ in General Fund Designated Fund Balance. CITY MANAGER REVIEW: Document Name: #engl AGENDA REQUEST FORM CITY COUNCIL MEETING: ITEM CAPTION: January 12. 199~~'~ ST 97-of ITEM# Consider approval of awarding Bid/Contract # Q-0898-01 to Durable Specialties, Inc. for the installation of a Traffic Signal at the 2nd High School Access in the amount of $97,300; and authorizing the Mayor to sign. APPROVED SUBMITTED BY: Ken Griffin, P.E. TITLE: Director of Engineering/Public Works STAFF RECOMMENDS: APPROVAL STAFF COMMENTS: BY See attached memo. BUDGET AMT. $ FINANCIAL COMMENTS: Funds for this project AMT. EST. $ +/- BUD:$ have been allocated in General Fund Designated Fund Balance. DIIL INITIALS: Agenda Request Form - Revised 3/98 :~ ! I Tll FIN. REVIEW: CITY MANAGER REVIEW: Document Name: #engl To: From: MEMORANDUM FROM THE DEPARTMENT OF ENGINEERING Mayor and City Council Ken Griffin, P.E., Director of Engineering and Public Works Consider approval of awarding Bid/Contract #Q-0898-01 to Durable Specialties, Inc. for the installation of a Traffic Signal at the 2'a High School Access in the amount of $97,300; and authorizing the Mayor to sign. Date: January 12, 1998 On August 31, 1998 three bids were received and opened for the installation of a traffic signal at the intersection of the 2'd High School access with Denton Tap Road. The 2"d High School access is the road that is immediately south of Sonic Drive-In and lines up with Town Center Blvd. The low bidder was Durable Specialties, Inc. in the amount of $97,300. The City of Coppell had 90 days to award the bid. However, with the low bidders consent, the City has delayed awarding the bid while we continued to negotiate with the property owner, Glen Hinckley, to secure the necessary right-of-way. In my last conversation with Mr. Hinckley's engineer, it appeared that most issues had been resolved. The remaining issue revolves around the ability to actually develop the remaining property when the right-of- way is provided for the roadway. Discussion of the acquisition of the right-of-way and the development of the remainder of the property will be discussed during work session. If that issue can't be worked out, then the City still has the option to acquire the necessary right-of-way through the process of eminent domain. However, based on conversations with the property owner's engineer, I believe that we will be able to negotiate the right-of-way in the very near future. Staff recommends awarding the bid for the traffic signal installation to Durable Specialties, Inc. in the amount of $97,300. Durable Specialties bid 225 calendar days for the project. Those calendar days will expire in the summer of 1999. All things considered, it is anticipated that the traffic signal and the 2na access will be open and operational by the beginning of school 1999. Staff will be available to answer any questions at the council meeting. "CITY OF COPPELL ENGINEERING - EXCELI ,I~-NCE BY DESIGN" ! Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 BID TAB / TRAFFIC SIGNAL INSTALLATION FOR 2"a HIGH SCHOOL ACCESS (ST 97-04 TR) Quantity 83 68 352 17 548 1524 548 0 525 258 732 4 8813 1450 6 1 0 26 30 2 2 2 0 0 43 11 2 8 8 1 10 1 1 144 18 2 2 0 400 2 3 4 4 2 4 1 2 1 1 Unit Description Durable Integrated Roadway LF 1" PVC Conduit/Trenched 1.00 83.00 4.00 332.00 LF 2" PVC Conduit/Trenched 2.00 136.00 4.00 272.00 LF 3" PVC Conduit/Trenched 10.00 3520.00 7.00 2464.00 LF 3 Conductor #6 XHHW 1.00 17.00 1.10 18.70 LF Electric Conductor #8 XHHW 1.00 548.00 0.70 383.60 LF Solid Copper 12 Conductor #18 AWG 3.50 5334.00 2.00 3048.00 LF Signal Cable 16 Conductor #12 AWG 2.00 1096.00 2.20 1205.60 LF Signal Cable 7 Conductor # 12 AWG 0.60 0 0 0 LF Signal Cable 5 Conductor #16 AWG 0.60 315.00 0.60 315.00 LF Signal Cable 7 Conductor #16 AWG 1.00 258.00 0.60 154.80 LF Opticom Cable 3 Conductor #20 AWG 1.00 732.00 1.00 732.00 EA 3M Opticore Detector 750.00 3000.00 500.00 2000.00 LF Det. Lead-in Cable 2 Cond. #14 AWG 0.40 3525.20 0.80 7050.40 LF Loop Detector Install 4.20 6090.00 4.20 6090.00 EA Digital Loop Det. Veh. Det. 2 Channel 150.00 900.00 150.00 900.00 EA 820A Multi 8 Phase NEMA 13500.00 13500.00 14000.00 14000.00 LF Foundation Type 24-A 0 0 0 0 LF Foundation Type 30-B 120.00 3120.00 140.00 3640.00 LF Foundation Type 36-A 130.00 3900.00 155.00 4650.00 CY Controller Foundation 700.00 1400.00 700.00 1400.00 EA Signal Pole w/35' Mast Arm 3550.00 7100.00 3500.00 7000.00 EA Signal Pole w/44' Mast Arm 4450.00 8900.00 4200.00 8400.00 EA Pedestal Pole 0 0 0 EA 8' Arm w/Luminaire 250w HP 0 0 0 0 EA 12" Traffic Signal Head 140.00 6020.00 110.00 4730.00 EA Traffic Signal 3 Section Head Backplate 40.00 440.00 40.00 440.00 EA Traffic Signal 5 Section Head Backplate 98.50 197.00 50.00 100.00 EA Pedestrian Signal Assembly 2 400.00 3200.00 250.00 2000.00 EA PED Push Button 150.00 1200.00 120.00 960.00 EA Service Meter Installation 2000.00 2000.00 1500.00 1500.00 EA Type A Ground Pull Box 450.00 4500.00 390.00 3900.00 EA Type C Ground Pull Box 500.00 500.00 400.00 400.00 EA Intersection Display Board 600.00 600.00 600.00 600.00 LF Pavement Marking 24" Solid White Line 8.00 1152.00 22.00 3168.00 LF Pavement Marking 4" Dash White Line 2.00 36.00 4.00 72.00 EA Pavement Marking Right Arrow 160.00 320.00 300.00 600.00 EA Pavement Marking "Only" 220.00 440.00 440.00 880.00 EA Pavement Marking RT-LT Arrow 0 0 0 0 LF Pavement Marking 4" Solid White Line 1.60 640.00 4.00 1600.00 EA Traffic Sign RI0 - 12 200.40 400.80. 130.00 260.00 EA Traffic Sign W3 - 3 300.00 900.00 220.00 660.00 EA Traffic Sign RI0- 4BR 10.00 40.00 10.00 40.00 EA Traffic Sign R10- 4BL 10.00 40.00 10.00 40.00 EA Sign R3 - LR- R 200.00 400.00 150.00 300.00 EA Street Name Signs on Mast Arm 500.00 2000.00 400.00 1600.00 EA Sign R3 - 7R 200.00 200.00 160.00 160.00 LF Sign R10 - 6 300.00 600.00 160.00 320.00 EA Upload/Download Device 4500.00 4500.00 3000.00 3000.00 EA Relocate Power Pole 3500.00 3500.00 16000.00 16000.00 TOTALS $ 97,300.00 $107,386.10 SharrockElectric 4.53 375.00 4.93 335.24 5.58 1964.16 1.15 19.55 1.08 591.84 0.50 762.00 2.00 1096.00 0 0 1.25 656.25 1.35 348.30 1.43 1046.70 800.00 3200.00 1.00 8813.00 7.00 10150.00 233.00 1398.00 20000.00 20000.00 0 0 95.00 2470.00 95.00 2850.00 345.00 690.00 3843.00 7686.00 4200.00 8400.00 0 0 0 0 125.00 5375.00 45.00 495.00 25.00 50.00 185.00 1480.00 75.00 600.00 1500.00 1500.00 450.00 4500.00 450.00 450.00 500.00 500.00 15.00 2160.00 3.00 54.00 275.00 550.00 300.00 600.00 0 0 5.00 2000.00 175.00 350.00 175.00 525.00 175.00 700.00 175.00 700.00 175.00 350.00 400.00 1600.00 350.00 350.00 350.00 700.00 10000.00 10000.00 1000.00 1000.00 $109,442.09 C 3 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the /,3 ~ day of 1 '~ year 99Q by and between the CITY OF COPPELL, TEXAS, (hereinafter called OWNER) and Durable Specialties, Inc. (hereinafter called) CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the installation of traffic signals at the 2"a High School Access on Denton Tap Road, south of and adjacent to Sonic Drive-In. Work shall include all components necessary for the "turn key" construction of the 2® High School Access as shown in the plans for ST 97-04 TR, including but not limited to: mast arms, signlas/signal heads; poles, controllers and cabinet, conduit, opticom, loop detectors, pavement markings, pullboxes, etc. The Project for which the Work under the Contract Docments may be the whole or only a part is generally described as follows: TRAFFIC SIGNAL INSTALLATION High School Access on Denton Tap Road ST 97-04 TR Article 2. ENGINEER. The Project has been designed by the City of Coppell Engineering Department. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assme all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 1-31 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 22~ calendar days from the date when the Contract time commences to run as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in paragraph 3.1 above, plns any extensions thereof allowed in accordance with Item 1.36 of the General Provisions, They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER ff the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER One hundred sixty and no/100 dollars ($160.00) for each day that expires after the time specified in paragraph 3.1 for Completion until the Work is complete. Article 4. CONTRACT PRICE. 4.1. OWNER shah pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the amount of $ 97,300.00. The total tangible personal property cost included in the contract sum is $ 4S.000.00. Article ~. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 1-32 Contract Documents 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditi6ns at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 1.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Contract Documents 1-33 c Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 1.3, 1.20 and 1.21 of the Generai Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACTOR DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 1-31 thru 1-36, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: General Provisions of the Standard Specifications for Public Works Construction, NCTCOG, latest edition. 8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 2-1 thru 2-8). 8.7. Specifications bearing the rifle: "Construction Specifications and Contract Documents for Traffic Signal Installation 2"a High School Access on Denton Tap Road Project ST 97-04 TR for the City of Coppert". 8.8. Drawings entitled: "ST 974)4 TR". 8.9. The following listed and numbered addenda: Contract Documents 1-34 c' 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and Contract Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be mended, modified, or supplemented as provided in Items 1.37 and 1.38 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (expect to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. Contract Documents 1-35 C' 3 This Agreement will be effective on OWNER: City of Coppell 255 Parkway Boulevard Coppell, TX 75019 BY: TITLE: ATTEST: Address for giving notices: P.O. Box 478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) CONTRACTOR: BY: TITLE: ATTEST: ,19 Durable Specialties, Inc. P.O. Box 381788 Duncanville, TX 75116 Address for giving notices: ('If CONTRACTOR is a corporation, attach evidence of authority to sign.) 1-36 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance which will be executed and bound here with final documents. 1-37 Contract Documents General Instructions For Bonds The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. The name, and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members o,f the firm shall execute the bond as individuals. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be tree copies. The date of this bond must not be prior to the date of the contract in connection with which it is given. Contract Documents 1-38 C PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY TItESE PRF~ENTS: That whose address is , hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, bereinafter called "Beneficiary", in the penal sum of , DOLLARS ($ ) in l~wful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and tntly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of , A.D. 19 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Traffic Signal Installation: High School Access on Denton Tap Road Project No. ST 97-04 TR Bid No. Q-0898-01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shah also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shah repair and/or replace all defects due to faulty materials and worknmnship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all Contract Documents 1-39 C 3 costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway 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 or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNF_,SS WHEREOF, this instrument is executed in each one of which shall be deemed an original, this the __ day of copies, ,19 PRINCIPAL SURETY By: By: Title: Title: ATTEST: ATTEST: Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRESS: ' NOTE: Date of Performance Bond must be date of Corttract.. If Resident Agent is not corporation, give person~ nam~ 140 Contract Documents C PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That whose address is , hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully licensed to transact business in the State of Texas as Surety, are held and fn'mly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State, of Texas, hereinafter c~lled "Beneficiary", in the penal sum of DOLLARS ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors joinfly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the of , A.D. 19 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Traffic Signal Installation: 2"d High School Access on Denton Tap Road Project No. ST 97-04 TR Bid No. Q-0898-01 NOW, THEREFORE, if the Principal shah well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Connet and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTI~-R, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or Contact Documents 1-41 C to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anyway 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. This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of th0 State of Texas. IN WITNESS WHERF~F, this instrument is executed in each one of which shall be deemed an original, this the __ day of 19 SURETY By: By: Title: Title: ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRESS: NOTE: Date of performance Bond must be date of Contract. If Resident Agent is not a corporatio~ give a person's nam~ 1-42 Contract Documents STATE OF TEXAS COUNTY OF DALLAS } KNOW ALL and under the laws of do hereby expressly will and principal severally. MEN BY THESE PRES~S: THAT acknowledge Cents' ($ truly be made unto said and sureties do hereby as Principal, , a corporation organized , as sureties, themselves to be held and bound to pay unto the , a Municipal Corporation, Texas, the sum of Dollars and ), for the payment of which sum , and its successors,. said bind themselves, their assigns and successors jointly and TIHS obligation is conditioned; however, that whereas, the said has this day entered into a written contract with the said to build and construct which contract and the plans and specifications therein mentioned, adopted by the are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of thi.~ section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so 143 Contract Documents ~ m l 'l [ ; I 'T maintain and repair said work, then these presents shah have full force and effect, and said shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shah not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said has caused these presents to be executed by and the said has caused these presents to. be executed by its Attorney in fact and the said Attorney in fact , has hereunto set his hand, the day of ,19 PRINCIPAL SURETY By: Tifie: Title: WITNESS: ATTEST: NOTE: Date of Maintenance Bond must not be prior to date of Contract. 1-44 Contract Documents