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