Loading...
Riverchase (4)-CC 920818,F: ul · P~perty&Dabfl~ly Insurance ST. PAUL FIRE AND MARINE INSURANCE COMPANY St. Paul, Minnesota ST. PAUL MERCURY INSURANCE COMPANY St. Paul, Minnesota ST. PAUL GUARDIAN INSURANCE COMPANY St. Paul, Minnesota Capital Stock Companies MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, P. 0. Box 713, Lewisville, Tx. 75067 St. Paul Fire and Marine Insurance Co. Bond No. 400JD6002 Ashlar Contracting Company~ Inc, (hereinafter called tile "Principal") as Principal, and the , of the City of St. Paul, Minnesota, a corporation duly organized under the laws of the State of Minnesota, and duly licensed to transact business in tbe State of_ To~aq (hereinafter called the "Surety"), as Surety are held and firmly bound unto City of Coppell, Coppell, Texas eight five and O0/lO0 (hereinafter called the "Obligee"), in the sum of Seventy one thousand seven hundre~ 71,786,00 ) for the payment of which are well and truly to be ~nade, we, the said Principal and tile said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and sealed this .....1..8..t..h ..... day of ...... ~.u. Et.u.s..t. ................... 19.9..2. ..... THE CONDITION OF THIS OBLIGATION is such, that WHEREAS, the said Principal has heretofore entered into a contract with said Obligce dated August 18 1992 ,for Paving improvements for Riverchase Addition WHEREAS, the obligee has requested that said work be guaranteed against failure because of defective workmanship or material, performed or furnished by said principal for a period of one years from date of completion and accept- ante, normal wear and tear excepted. NOW THEREFORE, if the said Principal shall indemnify and save harmless the obligee against loss or damage occasioned directly by the failure of said materials or workmanship, then this obligation to be void, otherwise to remain in full force and effect. It is understood, however, that this bond shall not include loss or dmnage by failure of workmanship or materials due to hurricane, cyclone, tornado, eartbquake, volcanic eruption or any similar disturbance of nature, nor military, naval or usurped power, insurrection, riot or civil commotion, nor any act of God. It is further understood and agreed that the total liability of the surety under this bond shall in no event exceed the sum of.Seventy one thousand seven hundred eighty five and 00/100 .................... Dollars. No right of action shall accrue upon or by reasou of this obligation, to or for the use or benefit of any person, firm or corporation, other than the obligee herein named. Ashlar Contracting Company, Inc. Principal 17818 Rev. 4-88 Printed in U,S.A. St. Paul Fire and Marine Insurance Co. Surety yl 1 i s q J21 son Attorney-in-Fact 35 Washington Street St Paul Minnesota $..,02 AU~fHORPI'¥ NO. theP~we}~fAtt~rneyC~erk.P~eztsere~krt~theCertificate~fAutbo~tyN~-andthenamed~ndividuai{~s~. 'l ~"~ ~.. r)-~ [~ "(Ori~inalonFleatHomeOffceofCompm~y SeeCerttl caton) III, Phyllis Olson, Michele Degnon, individually, seal and debYer lot and on its behalf as sureW, any and all bonds and undertakings, recogmzances, contracts of EXCEED IN PENALTY THE SUM OF TEN MILLION {$10,000,000) EACH all such instrument(s} in pursumlce of these presents, shall be as binding tqx)n ~aid St. Paul Fire aaa Marine Insurance Company, as fully and as iflbe same had been du[5 executed and acknowledged by its regularl} elected olficers at its principal o[fice be certified lo and :nay be revoked, pursuant to and b3 authority of Article V.-Sectlon 6(C). of the By-Laws adopted by PAUI~ FIRE AND MARINE INSL RANCE COMPANY at a meeting called and held on the 28th day of April. 1978. of which the tbllowing Assist:mt Vice P~esident. Secretary or Service Cenler General Manager shag have power aud authority and to authorize them to execule on behalf of the Company, and attach the Seal of tile Company thereto, bonds and · ontracL, l Of Jndenmity and other writings obligatory in tile nature tbe~eofi and who are hereby au bor zed to certify to copies of any power-of-attorney issued id pursuance of this section .signed at~d sealed by facsimile pursnant to resoluthm of the Board of Directors of said Compan) adopted at a meeting dui} called and following is a tree excerpt: fficers and (he seal of the Company may be affixed to any sucll power of atlomey or any cerfificale relaling thereto by ~ or certificate bearing SUCh facsimile signatures or facsimile seal shall be valid and binding uporl the Company and facsimile signatures and facsimile seal shall be vai}d and binding upon the Colnpany in tho future with respect to to which it is attached." [N TESTIMONY WHEREOF. St. Paul Fire and Marine Insurance Company bas caused this instrument to be signed and its corporate to be afllxed by its authorized of fitch this 30th day of November. A.D. L990. ST. PAUL FIRE AND MARINE INSURANCE COMPANY MICHAEL B. KEEG~N. Secretary - L June .19 9 2. before me came the individual who executed the preceding instrument, to me sworn, said that be/she is the therein described and authurized officer of St. Paul Fire and Marine Insurance Company; is the Corporate Seal of said Company; mat the said Corporate Seal m;d his/her signature were duly affixed by order of thc I have hereunlo set my hmM m)d affixed my Official Seal. at the township of Bedmioster. New Jersey. the My Commission Expir~ ~em~r 1~. Paul Fire and Marine Insurance Company, do hereby certify that l have compm"ed thc Ibregoing copy of the Power of Attorney and y-Laws of mid Comp~my a.s set torth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME and that the same are correct transcripts thereof, ant of the whole of the said originals, and that the said Power of Anomey has not [ have hereunto set my nand this August .i9 92 ROY F. SEYMOUR. Asst. Sec~tary of Anorney bearing the Cortificate of Authority No. printed in red on the upper right corner is binding, Photocopies. carbon copies or ~ are invalid and not binding upon tho Company. IED IN EXCF~S OF THE PENALTY AMOUNT STATED AIIOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY,. 29550 Rev. 5-92 Printed in U.S.A. SECTION P - PROPOSAL PAVING IMPROVEHENTS RIVKRCI~SE ADDITION COPP~Lr., TEXAS TO= REPUBLIC PI~OPI~TYGROUP, INC. DATE= AUGUST, 1992 8440 Walnut Hill Lane Dallas, Texas 75231 Gentlemen: 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with the OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts 'all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for forty-five days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER'S Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: 3.1 BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): DATE NUMBER P-1 of 6 SECTION P (continued) with the nature and 4_- ~=miliarized itsel~ -~ite, locality, and 3.2 BIDDER .... ~onS that in an~ extent of conditions and %~. a~r~ or furnishing o£ all local manner may affect cost, progr~, the work. 811 reports and drawigg? of - .endied carefully . ..... ~cal conditions 3.3 BIDDER nas ~-iF£~_-, and drawings cz ~'~'---~itionS as e subsurface co~u~u.~ ~h, ~unplementary uu..~ and th ~--~leu ~ ...... General conditionS, which are provided in paragraph 4.2 of the in paragraph SC-4.2 of the accepts the determination set forth Supplementary conditions of the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. _-~ .,refully studie~ (9r 3.4 BIDDER has obtgine~n~"~n~arefull¥ studying) a~ ' lit for obtain 9 s and stuuleS responSigi Y, .... ~i-ationS, explorationS, test to in 3.3 examinatiOnS, ~n~==~ ~ supplement those referred (in addition to or to above) which pertain to the subsurface or physical conditions its or otherwise may affect the cost, progreSS, at the contract price, at the s .... ~__ the Work . --=~ the other within th .... ohs of the contr ~ - o of the General , ecked all information and ~a~ _ -.~D has reviewed and~h -~ ~--umentS with respeC= shown or indicateU on ~.. contiguoUS to the site accurate locatiOn of said existing underground facilities at or _ sibility fo~.the_ hal examina~i~n~t ,n assumes respo~],.~_. NO ~dditio .... slmlla£ --~ ..... und facll~u~o.. ~-sts- reports ~ ~*ies investigatlOn, =~ ~n respect of salu u,,~-~ perform and infor~ation or u~- - - 'n order to are or will be rsguired by within the contract furnish the Work at the contrau .... and conditions of Time and in accordance with the other terms the contract DocumentS, including specifically the provisions of paragraph 4.3 of the General conditions- s correlate~ the results of all .such a 6 BIDDER ha. ~-~ lnvestigatlonS,~ explorations, testS, reports anu the contract Documents. p-2 of 6 SECTION P (Continued) 3.7 BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. 4. This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly included or solicited any other Bidder to submit a false or sham Bid. BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 5. BIDDER will complete the Work for the prices indicated in the following schedule: ITEM QUANTI~Y UNIT TOTAL NO. & UNIT DESCRIPTION PRICE PRICE 1. 1 CY Rock Excavation $ 6.00 (remove and dispose from site) six DOLLARS $ 6.00 2. 26,500 CY and no cents per cubic yard Street & Alley & Slope Excavation 1.25 33,125.00 One DOLLAR 3. 8,000 C¥ and Twenty Five per cubic yard Lot Excavation One cents DOLLAR 1.25 10,000.00 and Twenty Five cents per cubic yard P-3 of 6 SECTION P (Continued) ....................... UNIT TOTAL 4. 16,000 CY 5. 22,100 SY 6. 3,850 SY 7. 6,780 SY Haul in Fill Material (in place) DOLLARS ~ive and Twenty five cents per cubic yar~e 6"-3000# Reinf Concrete Street (28' Width) DOLLA/1S Thirteen and ~event¥ Six cents per square yard 6.-3000~ Reinf Concrete Street 8. 35,840 S¥ 5.25 84,000.00 13.76 304,096.00 13.76 52,976.00 (37' width) DOLLARS Thirteen - and ~euentV six cents per square yard 6"-4"-6" 3600~ Reinf concrete 13.76 Alley (10' width) . DOLLARS Thirteen and ~eventv Six cents per square ya~d 6" Lime stabilization1.00 DOLLAR QBe -- cents and No per square yard 485 TNS Hydrated Lime ~eventv Five and No per ton 75.00 _DOLLARS cents 93,292.80 35,840.00 36,375.00 P-4 of 6 SECTION P (Continued) ITE~ QUANTITY NO. & UNIT 10. 250 LF UNIT TOTAL DESCP/PTION PRICE PRICE Saw Cut & Remove Exist Curb 10.00 Ten DOLLARS and NQ cents per linear foot 2,500.00 11. 2 EA 12. 9,650 SF 13. 161 EA 14. 1 LS 15. 1,200 LF Barrier Free Ramps 350.00 Three Hundred Fifty DOT,~RS and NQ cents per each 700.00 5' Wide Sidewalk 1.65 One DOLLARS and Sixty Five cents per square foot Bench Lots (without swales) 160.00 ODe HundredSixtv DOL~RS and N~ cents per each 15,922.50 25,760.00 Payment & Performance Bond 10,767.00 10,767.00 Ten Thousand Seven Hundred Sixty Seven DOI.T~RS and NQ cents per lump sum (hay bales) DOLLARS cents per linear foot 2.25 2,700.00 Erosion Control Two and Twenty Five P-5 of 6 SECTION P (continued) 16. 1 LS 9,789.00 9,789.00 Seed Parkways ~ine Thousand Seven Hundred Eiohtv Nine DOLLARS cents and ~Q per each TOTAL $717,849.30 IDDER acknowledges that the quantities indicated in the 6. B ...... not -uaranteed and may be changed to previOUS scneau~e ~ ~ the Work. BIDDER has read paragraph 9.10.2 of the conform w~th _ derstands that the quantities Supplementary conditions and un modified by change order shown in the previous schedule and as will be the actual quantities paid by the oWNER for the completion of the work. 7. BIDDER agrees that the Work will be completed within forty- one (41) working days from the date when the contract time commences to run. 8. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 9. The terms used in this Bid which are defined in the General conditions of the Construction contract included as part of the contract Documents have the meanings assigned to them in the General conditions. Respectfully submitted, Box 713 Lewisville, TX 75067 (214) 436-5~09 submitted by: AsHLAR coNTRACTING CO. Doing Business as AsHLAR CONTRACTING CO. communication concerning 'this Bid should be directed to the attention of JEAN BONEY. p-6 of 6