HomeMy WebLinkAbout1988-1180923L
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWARD OF CONTRACTS FOR
FOR THE EXPENDITURE OF PFUNDS THEREFOR, IMPROVEMENTS,
PROVIDING
PROVIDING FOR
OR AN
EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the
constructon public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID NUMBER CONTRACTOR
AMOUNT
9848
National Electric/Aptus
31,264
83,026
37
00
9873
9875
Landmark Company
Dickerson Construction Company
93,004
25
9876
Dickerson Construction Company
12,145
00
SECTION II That the acceptance and approval of the above
compet t ve s shall not constitute a contract between the
City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until
such person shall comply with all requirements specified in the
Notice to
Bidders the
itten
contract and furnishing of including timely execution
performanceandpayment bonds,
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to
execute a necessary written contracts for the performance of
constructionthe oh works or improvements in
accordance with the bids accepted cand approved herein, provided
that such contracts are made in accordance with the Notice to
Bidders and Bid Proposals, and documents relating thereto
specifying the terms, conditions, plans and specifications,
standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
compet t ve s and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V That this ordinance shall become effective
imme ate y upon its passage and approval
PASSED AND APPROVED this the 19th day of July, 1988
STEPHENS, MAYOR
ATTEST
NI LTER , CITY SECR T Y
PPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY L
PAGE TWO
DATE July 19, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9848 DISPOSAL OF PCB TRANSFORMERS
RECOIMIENDATION. We recommend this bid be awarded to the lowest bidder meeting
speeciTiications,National Electric/Aptus of Coffeyville, Kansas The total cost of the
disposal service is $31,264 37
SUMMARY This bid is for the legal disposal service for 71,117 lbs of PCB
con 5—mTnated transformers
The lower price offered by Chemical Waste Management, Inc did
not Include -safety requirements and liability Insurance
BACKGROUND. Tabulation Sheet
PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED.
Electric Utility - DistrIbution
FISCAL IIVACT 1987/88 Budget Funds
Account Number 610-080-0251-8339
Respec Ily ubmit ad
LloyT V Harrell
City Manager
P epared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Na Jo arsholl, C P M
T 1 e _ rchasing Agent _ _
I
I
I nl
n.
TI OI O
1
1 1
I m
I I
1 I 1
V
i
i 1
1 I
_
1
i i
I I
e�
1
I ml
1 NI b
NI
T`
C
�
1
1
1 ml
I NI
IJI ?
191 m
I
q1
1
I �1
1 ml
1 NI
1 1
NI OI
x
s
1 ui
m
m
-oi
i
.�.
1
1 I
1 1
1
y
V
N
I
1
I
N
N
1
I
I
I
9 �
r
N
m
C
I T
1
n a y
m
N
+NG
m
1
'O
4m.1
1 S
a
1 0
1
m
m
1
1
i
1
rA
u
i m
i
m A yy�pr
N
Q
O
m zy
m
y
DATE July 19, 1988
TO:
FROM:
SUBJECT
CITY COUNCIL REPORT
Mayor and Members of the City Council
Lloyd V Harrell, City Manager
BID# 9873 PHOENIX APARTMENTS REHABILITATION
PHASE III
REC0MMUDATION: We recommend this bid be awarded to Landmark Co Contractors
for the total sum of $83,026.00
SUMMARY- This bid was sent to twenty-two vendors We received only one
t ass own. We have- In our estimate and evaluation considered this bid, his past
performance, the fact that he has been very competitive and has completed this type of
work before We feel by contacting some of these vendors that they have contracts in
progress or that they do not desire this type of work We then recommend this
competitive bid be accepted
BACKGROUND' Tabulation sheet
Memorandum from CDBG
PROGRAMS, DFPARTIO:IITS OR GROUPS AFFECTED:
CDBG Funds approved for this project the income from the
apartments and the public
FISCAL IMPACT.
Prepared by
Approved
These Is no additional impact on the General Fund
Respectfully submitted
o Harrell
City nager
1
I
r r r r r r r r r o
i
1
i
r a_
La
1
w
w
w
CITY of DENTON
CDBG Office
110B West Oak
Denton Texas 76201
(817) 588-84M
MEMORANDUM
TO John Marshall, Purchasing Agent
FROM Barbara Ross, C D Coordinator
DATE July 7, 1988
SUBJECT Bid # 9873
CDBG would like to accept the bid of $ 83,026 00 from Landmark
Company for the rehabilitation of the Phoenix Apartments,
Phase III
Please call me at extension 8480 if you have any questions
Thank you
Arbara Ross
C D Coordinator
br/7/7/88
In'Ihe AinedcmTmdflion
The Comity Development ffiock Grant—
Illeeu needs at home.
in
nt then ylghborhood.
CONTRACT AGREEMENT
STATE OF TEXAS }(
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 22 day of JULY
A.D., 19 88, by and between The City of Denton, Texas
of the County of Denton and State of Texas, acting through
Lloyd V. Harrell, City Manager thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the 0WNER, and
Landmark Company ` i
P.O. Box 828
525 North Locust Street
of the City of _ Denton County of Denton
and state of Texas Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of' the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the. bonds .bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 2873 - PHOENTX APARTMENTS RFuean ITATION PHAcr I
PURCHASE ORDER# 85288 $83,026.00
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,.
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
I
0044b
CA-1
written explanatory matter thereof, and the Specifications therefore, as
prepared by The City of Denton. Texas
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the, Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
TERS
VAN��
APPROVED AS TO FORM:
City Attorney
10"M
0044b
�l
OF
V. HARRELL / . -
CITY MANAGER
(SEAL)
THE LANDMARK COMPANY
Party of he Seco art, CONTRACT
By
tle
(SEAL)
TheTrinity
•-=• Companies
Dallas, Texas 75201
Trinity Universal Insurance Co.
Security National Insurance Co.
Trinity Universal Insurance Co.
of Kansas, Inc.
TEXAS STATUTORY PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That Gainesville Construction Company Inc
DBA Landmark C'omnanv
(Hereinafter called the Principal), as Principal,
and Security National InsurancQ CQmpany
Dallas, Texas, (Hereinafter called the Surety) as Surety are held and firmly bound unto
�! The Citvof Denton Texas
(Hereinafter called the Obligee,) in the amount of Eighty- rep hQ11sand tio, i-r-t; and Nnlli00
--------------------------- —(Dollars)
($ 83,026.00 ) for the payment whereof, the said Principal and Surety bind themselves, and
their 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 Obligee, dated the 28
day of July 19 88 to remodel the Phoenix Apartments Phase III, #9873
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-OBL-IGATION-IS SUCH -,--That if-tfie-said`Pfinci aal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, 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 Acts of the 56th Legislature, Regular Session, 1959, and all
liabilities on thisbond shall be determined in accordance with theprovisions of said Article to the some extent
as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this291h
day of July , 19 88_
Inmm�
,_sl,l*Hin4'^z
rr\onmwlyyn �Ynm°rno.
oa... ....i4 may:
itllVy''
'_:SEAL.`;= ?'iSEAL'A
6�s, ♦ ire
bl ••V^'+
3';;.,_ !°. g:; :., :'�a
,'n�4nlmpyy\pVPO
'�nmllllnn\N��
S-3561
Gainesville Construction Company, Inc.
D3A Landmark Company
ICI LI ;fly G. Reed, President
S 'ty National Incur / Company
/ I
By:
/1
ATTO N V-IN-FACT David fight
TheTrinity
Companies
Dallas. Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint
DAVID R. WRIGHT OR E. E. WRIGHT, JR. — GAINESVILLE, TEXAS
its true and lawful Attorney(s)-in- Fact, with full authority to execute on its behalf fidelity and surety bonds
or undertakings and other documents of a similar character issued in the course of its business, and to
bind the respective company thereby.
EXCEPT NO AUTHORITY IS GRANTED FOR:
1. Open Penalty bonds.
2. Bonds where Attorney(s) -in-Fact appear as a party at interest.
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents
thi si31ST day of MAY 1988
E IT CE PRES, MG. DR WERT, PRESIDEN/.
AUTHORITY FOR PO
That TRINITY UNIVERSAL INSURANCE COMPANY
each a Texas Corporation and TRINITY UNIVERSAL
Corporation, in pursuance of authority granted by the
Directors on the 1st day of March, 1975 and of w
and SECURITY NATIONAL INSURANCE COMPANY,
INSURANCE COMPANY OF KANSAS, INC., a Kansas
certain resolution adopted by their respective Board of
ich the following is a true, full, and complete copy:
RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies
unto such .person or persons residina within the United States of America, as they may select, its Power
of Attorney constituting and appointing each such person its Attorney -in -Fact, with full power and author-
ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to
which such Powers of Attorney may be restricted, to be in each instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in -Fact and Officers of the Companies, including Assistant Secre-
taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in -
Fact.
RESOLVED, That the signature of any of the persons described in the foregoing resolution may he fac-
simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereinabove authorized.' '
CERTIFICATION OF POWER ATTORNEY
I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
{t this �doy of ` vV�
�immmm aarviiuytni Wrynmmu Z
�NA
19 :SEAL::= =`SEAL:_ �E Fq, CORP. SECRETARY
'Wnmrs 'nemmnm
B-3894
NEV. 3-82
rTheTnniiy
°'6' Companies
a r.
Dallas. Texas 75201 -
Trinity Universal Insurance Co.
Security National Insurance Co.
Trinity Universal Insurance Co.
of Kansas, Inc.
TEXAS STATUTORY PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That Gainesville Construction Company Inc
DBA Landmark Company
(Hereinafter called the Principal) as Principal
and Security National Insurance Company
Dallas, Texas, (Hereinafter called the Surety), as Surety are held and firmly bound unto —
The City of Denton Texas
(Hereinafter called the Obligee), in the amount of
Eighty-three thousand twenty—six and N0/100---------------------------------- ----'--- (Dollars)
($ 83,026.00 ) for the payment whereof, the said Principal and Surety bind themselves, and
their 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 Obligee, dated the 28th
day of July 19. 88 to remodel the Phoenix Apartments Phase III, #9873
which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied at
length herein.
— -- NOW, THEREFORE, THE -CONDITION OF -THIS OBLIGATION IS SUCH, -That if tf e sdid'Principal' '
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution 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 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 some
extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th
day of July 19 88
pSl�ll15
Ypp101y.....
plllpp4,,,,y
'SEAL? =
=SEAL`:=
"'�
IIIPIIIIIA�P
S-3562
Gainesville Construction Company, Inc.:
DBA Landmark Company
RIN cIPA LI
Billy TRe President
rity National' Ins ce Company
By:
ATTORNEY -IN -FACT David R. right
TheTrinity
CVCompanies
Dallas. Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint
DAVID R. WRIGHT OR E. E. WRIGHT, JR. - GAINESVILLE, TEXAS
its true and lawful Attorney(s)-in- Fact, with full authority to execute on its behalf fidelity and surety bonds
or undertakings and other documents of a similar character issued in the course of its business, and to
bind the respective company thereby.
EXCEPT NO AUTHORITY IS GRANTED FOR:
1. Open Penalty bonds.
2. Bonds where Attoruey(s)-in-Fact. appear,as a -party at interest..
-FITWITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents
this
31STday of MAY \�7/� S1//�J 1988
ARY-VICE CE PRES, �MMM44G. DR WERT, PRESIDENa
AUTHORITY FOR POWER OF ATTORNEY
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of
Directors on the lst day of March, 1976 and of which the following is a true, full, and complete copy:
"RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies
unto such person or persons residina within the United States of America, as they may select, its Power
of Attorney constituting and appointing each such person its Attorney - in - Fact, with fall power and author-
ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or uudeoakiucs and the limits of liability to
which such Powers of Attorney may be restricted, to be in each instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in -Fact and Officers of the Companies, inducing Assistant Secre-
taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as env resolution of the Directors, having to do
with the execution of bonds, recognizences, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in -
Fact.
RESOLVED, That the signature of any of the persons described in the forecoing resolution may be fac-
simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereinabove authorized."
CERTIFICATION OF POWER ATTORNEY
I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directorsofthese Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand end affixed the facsimile seal of each Corporationn{/
G4 1-- day of ' 19 io
If
y .
f�
this t U
In twnlnnyly4 uvumiuyo
2_«lIMS� 3�n..:"sor'r� od�s.iioff `qo�+�
a
_,:SEAL-' v JUDITH E. FAGAN, CORP. SECRETARY
;_ -.SEAL. :.;
............'M'�Mnunnoto� �'�nminn9�
B-3894
REV`` 82
-
ormo
ISSUE DATE (RAMIDO"-
PRODUCER
J. Paul Morgan Ins.
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.
P.O. Box 796
Gainesville, Texas 76240
COMPANIES AFFORDING COVERAGE
COMPANY A - merican General Fire & Cas. -
LETTER
LETTER COMPANY- B Aetna Casualty & Surety
INSURED
COMPANY C
Gainesville Construction Co.,
dba Landmark Co.
COMPANY p
LETTER
P.O. BOX 1378
Gainesville, Texas 76240
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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
DATE (W&OCA'Y)
PRICY EXPIRATION
DATE (MWD WET
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
A
GENERAL
LIABILITY
COMPREHENSIVE FORM
GL393729f2
-
3=1-88
3-1-89
BODILY
INJURY
$
$
X
PROPERTY
DAMAGE
$
$
PREMISESIOPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLETED OPERATIONS
CONTRACTUAL
COMBINED
$SOD
$1,000
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY
$ -
AUTOMOBILE
LIABILITY
ANY AUTO
BIKY
INJURY
(PER KRSO'+I
.$
A
ALL OWNED AUTOS (PRN. PASS)
ALL OWNED AUTOS (OHERPT�)
PRrV.HIRED
GL19373141
3-1-88
3-1-89
X
RXAY
(PER �Im
$
AUTOS
NON -OWNED AUTOS -
PROPERTY
DAMAGE
$
GARAGE LIABILITY
I
BI a PD
COMBINED
$ 5 0 0
EXCESS LIABILITY
X UMBRELLA FORM
UB68433094
COMBINED
$1000
$1000
--.OTHER ;THAN UMBRELLA FORM -
_
z,;P,L.< _ .-•
— _
-
-
'
f
STATUTORY
B
WORKERS' COMPENSATION
1$QT15227CAA
10-9-$7
1Q-9-$$
$1QQ (EACH ACCIDENT)
AND
QQ (DISEASE -POLICY LIMIT)
EMPLOYERS' LIABILITY
$1QQ (DISEASE EACH EMPLOYEE)
OTHER
A
Builder's Risk
EC27243328
2-1-88
2-1-89
83,026.00
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS
City of Denton is additional insured.
The City of Denton
215 E . McKinney
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE 70 THE CERTIFICATE HOLDER NAMED TO THE
Denton, Texas 76201
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE -
Ll,
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT '
CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNI"
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The i cementing
rules and regulations provide that any bidder or prospective contractor, or any of their propr_ed subcon-
tractors. shall state as an initial part of the bid or negotiations of the contract whether it has pt cipated in
any previous contract or subcontract subject to the equal opportunity clause: and. if so, wheth. t has tiled
all compliance reports due under applicable instructions.
Where the certification indicates that the bidder has not filed a compliance report due under licable in-
structions, such bidder shall be required to submit a compliance report within seven calendar c -!s after bid
opening. No contract shall be awarded unless such report is submitted.
CERTIFICATION BY BIDDER -
NAME AND ADDRESS OF BIDDER !include ZIP COON
(?
1. Bidders participated in a previous contract or subcontract subject to the Equal Opportunity Clause.
Yes ❑ No
2. reports were required to be filed in connection with such contract or subcontract.
.C_ompl�iance
L"' Yes ❑ No
3. Bidder 1 ed all compliance reports due under applicable instructions, including SF•100.
Yes ❑ No ❑ None Required
4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246. as amended? -
Yes ��NO -
NAME AND TITLE OF R//Plea" type//
1
SIGNATURE
DATE
orm HUD< B.CD•1. wh,Cn it
HUD-950A 111.781
C'1
SAMPLE
CERTIFICATION OF BIDDER REGARDING SECTION 3
AND SEGREGATED FACILITIES
7�I/7�lii'9l
Name of Prime Contract r
Project Namet' &i
mb�
ern
The undersigned hereby certifies that
(a) Section 3 provisions are included in the Contract
(b) A written Section 3 plan was prepared and.submitted
as part of the bid proceedings (if bid equals or
exceeds $10,000).
(c) No segregated facilities will be maintained.
D e
C-2
CONTRACTOR
Section 3 Plan Format
agrees to implement the following
specific affirmative act on s directed at increasing the .lira ion
of lower income residents and businesses within the City of 4C� eq
A. To ascertain from the locality's CDBG program official the exact boundaries
of the Section 8 covered project area and where advantageous, seek the
assistance of Local officials in preparing and implementing the affirmative
action plan.
B. To attempt to recruit from within the city the necessary number of
lower income residents through: Local advertising media, signs placed
at the proposed site for the project, and community organizations and
public or private institutions operating within or serving the project
area such as Service Employment and,Redevelopment (SER), Opportunities
Industrialization Center (OIC), Urban League, Concentrated Employment
Program, Homerown Plan, or the U.S. Employment Service.
C. To maintain assist of all lower income area residents who have applied
either on their own or on referral from any source, and to employ
such persons, if, otherwise eligible and if a vacancy exists.
ND. To insert this Section 3 plan in all bid documents, and to require all
bidders on subcontracts to submit a Section 3 affirmative action.plan includi!
utilization goals and the specific steps planned to accomplish these
goals.
�E. To insure that subcontracts which are typically let on a negotiated
rather than a =i.d basis in areas other than Section 3 covered project
areas, are also let on a negotiated basis, whenever feasible, when
let in a Secticu 3 covered project area.
F. To formally couLact unions, subcontractors and trade associations to
secure their ccooperation for this. program: "
G. To insure that 'all appropriate project area business concerns are
notified of pending subcontractual opportunities.
H: To maintain records, including copies of correspondence, memoranda,
etc., which document that all of the above affirmative action steps
have been taken.
I. To appoint or r.:cruit an executive official of the company or agency
as Equal Opporti!nity Officer to coordinate the implementation of
this Section 3 ;-Ian.
*Loans, grants, contracts and subsidies for less than $10,000 will be exempt.
C-3
J. To list on Table A,'information related to subcontracts awarded for the
three year period preceding date of this bid submission.
K. To list on Table B, all projected workforce needs for all phases
of this project by occupation, trade, skill level and number of
positions.
As officers and• representatives of�//7��,�jj� �j)l _
(Name of Contractor)
We the undersigned have read and fully agree to this Affirmative Action Plan,
and become a party the full implementation of this program.
gnature
Title D e
Signature
Title
Date
C-4
BID # 9873
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE, REHABILITATION OF
PHOENIX APARTMENTS., PHASE 3-
INi
DENTONy,TEXAS
Theundersigned, as, bidder:,, declares: that the only person or:
parties: interested• im 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 aa11 the
materials: called' for in. the: contract and specifications: ins 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 tor serveas: a. guide in; evaluating bids..
I.t is agreed that the quantities of work to. be done. ati unit
prices: andi material to be- furnished: may be. increase& 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 ia:the:specifications..
It is='°f"urther., 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 1
Accompanying this, proposal is. a certified: or cashier's, check or
Bid:Bond, payable.to.the Owner,. in the a
the total bid. mount of five percent of
It is- understood: that the bid = security accompanying this:
proposal shall lie returned to thebidder, unless: in case of the,
acceptance of. the proposal, the bidder, shall fail to execute a
contract and'fi-14 tite neceaaryr Insurance: certi.ficates.. 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 duek 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'
specosals.. Should,,
.bidd' r alter:,. change,; or. qualify any
bidder. • Owner may automatically disqualify
The undersigned' hereby proposes and agrees to; perform: all work:
Of, whatever nature: required,. in strict. accordance: with the: plans .and: specificationsy, for: the following; sum, or- prices,: to: wit:
P - 2.
PHOENIX-APARTMENTS
�&1 70/ J-
ITEMS.
1. Carpet. interior. stairways. with commercial. grade carpeting on units
listed below::
9-4,bedroom-units as.follows:- #59-63 and 21-24
28-2.bedroom units,as follows:: #9-20,.25-38, 64-65
58-3bedroom ,units:as, fo11'owa #1-8',;39-58,:148-177'
All: two: andzthree.:bedroom•.units. will. measure. the; same... Pour bedroom
units, will' iequize.more.,carpeting., The bidder, will' only need: to:
measure,, ones two bedroom• and: one; four bedroom,•in order to• determine
total,square yards needed:.
s, 229: oy
Total Item 1.
Z Paint'.all interior walls,. ceilings",.trim and cabinetry in the following:
units::
Apartment #i 5,. 10,. 19,• 23',,, 36f 40, 45,, 54-,. 55', 56,. 60', 68, 71„ 761 84,
87,,, 88,.. 90",. 97,, 101;, 11Y,, 11'4'„ 119,122, 130',: 131, 149, 156, 166,, 167,
169'1; 172-F 1.76', 177:.:.
Thirteewof the above: units are three = bedroom. studio. Ten. ofthe above -
units:• are: two. bedroom, (sincluding; studio, and:. flat).,
Two=of'.the,'above units:.are four. bedroom^studio:. Eight of the above
units -are one bedroom.
Thirty-fo= units.total to=be painted:
o 0
Total tem:2.
3.. Install'.1/4.•'asbestos=board: with-.26.1 gauge sheet metal cover. to protect.
door.-at.hot.water:heater closet.in;units,148-177..
a o
Total Item 3:
*4. Replace flex line.-to'=A%C with.approved.vinyl connector type and rewire:
to -code where necessarv..
Total. item 4.
*5.. Check smoker detectors- in, all units.-
" - Total Item 5 -
P_3
Page- 2
*6.. Install sunscreen -on all windows. See Apartment Manager for
color/shade..
To al Item 6
*7o Check.all.windows,. All windows should open easily and close securely..
Total.Item-7
*8.: ElectricaX - Check! all.attics,.for-proper wiring ands repair any open,
splices�andinitall.in:boxes;where required by code-.
$ z;i4 -S X, Ir 0 <:51
Total Item- 8-
*9:, Plumbing; -.Performian: air: test. on. gas ;piping; for each building:..
Replace two ,hot: water heaters-to.code in.north utility building.
Total. ftem, 9
*10.. Extermination.ofiall,bui-lding,,for,roaches, ants,.and ,rodents..,
/27 7.
Tota(l Item. 10,
*NO WORK IS - TOE BE: COMPLETED` ON' BUILDING- #500. THIS. BUILDING' IS: IWTHE'
FLOODWAY AND WILL. NOV BZ INCLUDED INS THI&PROJECT
.,
Total'Bid:Amount
2948g,
B i d 9873
BID SUMMARY
TOTAL. BID PRICE IN: WORDS
In the, event. of the, award of a- contract. to. the undersigned, the undersigned agrees to,
secure proper compliance' with, the- terms and provisions of the. contract,. to insure and,
guarantee the• work untie finaF completion -and acceptance,- an& to guarantee payment for
all, lawful: claims, for. labor performed: -and, materials furnished im 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 inspector..
The undersogned- certifies. that: the bid prices, contained im this proposal have been
carefully checked: and=are submitted as, correct and final.
Unit. and', lump -sum, prices. as shown; for each item- listed, in, this: proposal,shall control.
over. extensions.
CONTRACTOR. 1
T • _JIe-cT
Seal & Authorization -
(If a. Corporation),
P=5'
DATE July 19, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM. Lloyd V Harrell, City Manager
SUBJECT BID# 9875 LOOP 288 WATERLINE CASINGS
RECOIMIENMJION We recommend this bid be awarded to the low bidder, Dickerson
Construction Co for the bid amount of $93,004 25
SUMMARY This bid was properly advertised and invitations were sent to
twenty-five contractors in this type construction We received two bids as shown on the
tabulation sheet The above bis is competitive and in line with our estimates This bid
was presented to the Public Utilities Advisory Board at their meeting, July 14, 1988 and
approved
BACKGROUND Tabulation sheet
PROGRAMS DEPART14ENTS OR GROUPS AFFECTED. this protect needs to be completed
before another Loop 288 project is started the Utilities Department, Public Works
Department and the Citizens of Denton will be affected
FISCAL IMPACT. There is no additional impact on the General Fund
Prepared by
Approved
Respect ullly/submitted
v
loyifV Harrell
City Manager
i
IT .rs .
Purchasing •
r
i
of
zi
ai e
I
I
I
I
LEI
S.I
ml
C11
�I i
1
I
I
ti l
I
ti t
I
I
I
I
ti
1
i
i
i
i
ui
I�'i
pi -o
"OI m
I
1
pIyI}I
<I
m
1
1
mll
I
ml
y
1
1
I I
I
m 1
f~il
1
1
1
1
1
m
V
1
O
I
I
$ r4i
I
Cf)
i
1
1
N
2
j c 1
I < I
I a I
I I
1 1
x 1
I = 1
1 O 1
I 4 I
j a 1
I
8Y-ffe
CONTRACT AGREEMENT
STATE
OF
TEXAS
)(
COUNTY
OF
DENTON
)
THIS AGREEMENT, made and entered into this 22 day of JUL Y
A.D., 19 88, by and between THE CITY OF DENTON, TEXAS
of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
DICKERSON CONSTRUCTION CO., INC.
P.O. BOX 181
CELINA, TEXAS 75009
of the City of CELINA
and state of TEXAS
termed CONTRACTOR.
County of
COLLIN
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# 9875 - LOOP 288 WATERLINE CASINGS
PURCHASE ORDER # 85287 $93,004.25 TWENTY WORKING DAYS
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
Y
written explanatory matter thereof and the Specifications therefore, as
prepared by JERRY CLARK, CITY ENGINEER
, 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:
JENNIFER WALTERS
ATTEST:
TEXAS
rETARY • • V. HARRELL
CITY MANAGER
APPROVED AS TO FORM:
City Attorney
CA-2
0044b
(SEAL)
DICKERSON CONSTRUCTION CO., INC.
Party of t e Second Part, CONTRACTOR
By cr7i fui
it] e
(SEAL)
Bond No# 30215955
parr _
PERFORMANCE BOND �" �Uft Y. �8B akm tsar.
may. � * ro the dm My"a
A10 S, mete 8�d de
off °0C �obsd )uu. my also
rodoe Of� T t C.
STATE OF TERAS ) ( my and Rmmu a vice
nue pwj�y dame or
a p„I a. o
COUNTY OF DENTON )
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
Cn. TNC_ , of the City of CELINA
County of COLLIN , and State of TEXAS
as PRINCIPAL„ and Fidelity And Deposit Company of Maryland
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the CITY OF DENTON. TEXAS
as OWNER, in the penal sum of NINETY-THREE THOUSAND FOUR DOLLARS AND
TWENTY-FIVE CENTS Dollars ($ 93,004.25 ) 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 OVNER, dated the 22 day of JULY , 19 88, for the construction of
BID# 9875 - LOOP 288 WATERLINE CASINGS
which contract
is
hereby
referred
to and made a dpart hereof as fully and to the
same extent as
if
copied
at length
herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie is DENTON County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall is 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 29th day of July , 19 88.
Dickerson Construction Co., Inc.
Principal
By
Title yiL e,
Fidelity And Deposit Company of Maryland
Surety
&Uq'a / Aft f
Edward L. Moore
Title Attorney -In -Fact
Address p.0. Box 181 Address 8810 Will Clayton Parkway
Celina, Texas 75009 Humble, Texas 77338
214-382-2123 713-540-1555
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
TQ
Sg
_tog
n C+.rct A,/ Tneranna
8810
Will
Clayton
Parkway
um
e, Texas
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
Bond No# 30215955
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
CO., INC. of the City of CELINA
County of COLLIN and State of TEXAS as principal, and
Fidelity And Deposit Company of Maryland
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
, OWNER, in the penal sum of
NINETY-THREE THOUSAND
FOUR DOLLARS AND TWENTY-FIVE CENTS Dollars ($ 93,004.25 )
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 22 day of JUL Y , 19 88
BID# 9875 - LOOP 288 WATERLINE CASINGS
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 ggthday of 'filly , 19 88 -
1 •. 4TI*TI
Title j4f
Fidelity And Deposit Company of Maryland
Surety
�� /
Edward L. Moore
Title Attorney -In -Fact
Address P.O. Box 181 Address 8810 Will Clayton Parkway
Celina, Texas 75009 Humble, Texas 77338
214-382-2123 713-540-1555
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
Fl m; A AecnriatAa Snratr/Tnenranra
8810 Will Clayton Parkway
um e, Texas 77338
PB-4
0092b
Bond No# 30215955
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: THAT Dickerson Construction
Co., Inc. as Principal, and C m f M r 1 nd
a Corporation aut orize 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 NINE THOUSAND THREE
HUNDRED DOLLARS Dollars , 10 of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said DICKERSON CONSTRUCTION CO. INC.
has this day entered into a written contract with the said City of Denton to build
and construct BID# 9875 - LOOP 288 WATERLINE CASINGS
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 n rbcrcnn ift9nrtin
as Contractor and Principal,nhas caused
these presents to be executed by _ The City of Denton, Texas
and the said _�9del;ry And Deposit Company of Maryland
as surety, has caused these presents to be executed by its Attorney —in —Fact
Edward L. Moore and the said Attorney —in —Fact has hereunto set his hand
this 29thday of July , 19 88 .
SURETY:
PRINCIPAL:
Fidelity And Deposit Company of Maryland Dickerson Construction Co., Inc.
BY:
Edward L. Moore
Attorney —in —Fact
MB-2
0093b
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
UFIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES BALTIMORE, MD 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice -President,
and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, constitute and appoint Ronald E. Elsey, Edward
L. Moore and Bruce C. Dellart, all of Humb1 , Texas, H..........
t e true an aw u agent and Attorney -in -Fact of each, tom cute, seal sliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds andr ertaki �,�.EXCEPT bonds on behalf of
Independent Executors, Community Surv' s and nity Guardians..
And t e execution of such bonds or undertakings in p cc of the "`"S ents, shall be as binding upon said Companies,
as fully and amply, to all intents and purposes, as if ad been scouted and acknowledged by the regularly elected
officers of the respective Companies at their offfc `'altimore, d., in their own proper persons. This power of
attorney revokes those issued �4ehalf o onald E. Elsey, dated, November 19,
1986 and on behalf of BrucecSC\\lart, d, June 25, 1987.
IN WITNESS WHEREOF, the said Vice-Pr''�ye�s""7.�'tt�gttgnts and t Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FIDEL,I,tT,�.yy DEPOSI'ANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
this -- 21st -- --s. ay.wf— -- --December— — — -- — A.D. 1987
ATTrE�: � F('I Y/AND DEPOSIT GOMPA� MARyLAN
IXJ W
)j,-J�'SEAL I ------- - r=---------------- By-----------------'-------'--------------
sg,itSecretary Vice -President
— FIDELIT AND DEP IT COMPANY
/✓M'
'Y SEAL s
�Yvrretr __ _ ___________
rV^sue/y/,
Assistant Secretary Vice -President
STATE OF MARYLAND
CITY OF BALTIMORE SS:
On this 21st day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELI-
TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the
individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Offici yLrbeEtc ity o Baltimore the
first above written.
J.re
ota ubGc
y�!uau✓%i
My commission expires_111Y 1,_ 1990____
CERTIFICATE
I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and
effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective
By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the lath day of July, 1969 and of the Board of Directors
of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed." --
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
29th- --- day of ----------- —July -------- -------------- 19__M
Assistant Secretary
REVISED
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ISSUE DATE OF THIS CERTIFICATE
EXTEND OR ALTER THE COVERAGE �FL] ED BY THE POLICIES BELOW. SHOULD
ANY OF THE POLICIES BE CANCE D BEF-RE THE EXPIRATION DATE THEREOF, August IL 1988
THE ISSUING COMPANY WILL M DAYS WRITTEN NOTICE TO THE CER- ISSUED AT
TIFICATE HOLDER NAMED:
Sherman, Texas
CERTIFICATE .-
1Q TEXAS EMPLOYERS' INSURANCE ASSN. • DALLAS, TX
City of Denton
Purchasing Division
D❑ TEXAS EMPLOYERS INDEMNITY CO. •DALLAS, TX
901-B Texas Street
2❑ EMPLOYERS CASUALTY COMPANY• DALLAS, TX
Denton, Texas 76201
3❑ EMPLOYERS NATIONAL INSURANCE CO. •DALLAS, TX
Job: Loop 288 Water Line Casing
Q EMPLOYERS CASUALTY CORPORATION •DALLAS, TX
Bid #9875
EMPLOYERS NATIONAL INS. CORP. • DALLAS, TX
E❑ EMPLOYERS OF TEXAS LLOYD'S •DALLAS, TX
INSURED
Dickerson Construction Company
❑
P. 0. Box 181
Authorized Representoli -
Celina, Texas 75009
(Signed)
(Typed) Bob Sims, Distr ct'Manager
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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 CONDO
TIONS OF SUCH POLICIES.
TYPE OF INSURANCE
CO.
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE IMM/DD/YY)
ALL LIMITS IN THOUSANDS
WORKERS' COMPENSATION
STATUTORY
`
AND
1
WC-08558*
03-05-88
03-05-89
$(EACH ACCIDENT)
$ 500 !DISEASE POLICY LINT)
EMPLOYERS' LIABILITY
IOISEASEBACH EMPLOYEE)
GENERAL
LIABILITY
GENERAL AGGREGATE $
}1
COMMERCIAL GENERAL LIABILITY
PRODUCTS COMP/OPS AGGREGATE $
CLAIMS MADE FX 10CCUARENCE
3
CGL-82 7336
02-20-88
02-20-89
PERSONAL A ADVERTISING INJURY $'
OWNER S d CONTRALTORS PROTECTIVE
$
EACH OCCURRENCE $
FIRE DAMAGE (ANY ONE EIREt ,$
MEDICAL EXPENSE (ANY ONE PERSON)
AUTOMOBILE
LIABILITYs2r
ANY AUTO
t& $
ALL OWNED AUTOS
a Ar's r
SCHEDULED AUTOS
INJURY
(PER PERSON)
$
INJURY
HIRED AUTOS
rs8z' ;fre,A &
NON -OWNED AUTOS
(PDT
DENI)
GARAGE LIABILITY
PNPEM
DAMAGE
5'a_r$. 11
OGCEACH
E_s o ievi"`
AGGREDATE
EXCESS LIABILITY
Umbrella Liability,
3
UL-654277
02-20-88
02-20 89
$ 1,000 $
1,000
OTHER THAN UMBRE LA FORM
OTHER
*Excludes Masters & Members of the Crews of Vessels
City of Denton is Additional Insured
cc: H.O. Assigned Risk Unit
TECO17993-A (9-87)
® T , ISSUE DATE (MM/DD/YY)
PRODUCER gn
IS ISSUED AS A MATTER OFONLY AND CONFER
WILLIAM H. RATZ & ASSOCIATES, INC. NOIR GHRTS UIPONE HE CERTIFICATE HOLDER. TH SFORMATION CERTIFICATE DOES NOT AMENDS
2925 BRIARPARK, SUITE 150 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
HOUSTON, TEXAS 77042
PHONE: (713) 953-0250 COMPANIES AFFORDING COVERAGE
COMPANY A OLD AMERICAN COUNTY MUTUAL FIRE INS. CO.
LETTER
Milton 0. Johns
COMPANY B
INSURED LETTER
COMPANY `.
Dickerson Construction Company, Inc, LETTER
P. 0. BOX 81 COMPANY
Celina, Texas 75009 LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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
CID
TYPE OF INSURANCE
POLICY NUMBER
OATS POLICY EFFECTIVE
DATE( EFFECTIVE
OATS (MM EXPIRATION
DATE MIDO➢ONLEE
ALL LIMITS IN THOUSANDS
GENERAL
LIABILITY
GENERAL AGGREGATE
$
COMMERCIAL GENERAL LIABILITY
PRODUCTS COMPIOPS AGGREGATE
$
CLAIMS MADE ❑OCCURRENCE
PERSONAL & ADVERTISING INJURY
$
OWNER S & CONTRACTORS PROTECTIVE
EACH OCCURRENCE
$
FIRE DAMAGE (ANY ONE FIRE)
$
MEDICAL EXPENSE (ANY ONE PERSON)
$
AUTOMOBILE
LIABILITY
(,'
ANY AUTO
CSL
$ 5000
rT, "N 1),
ALL OWNED AUTOSBODILY
A
SCHEDULED AUTOS
TA 3 14 72 8
9/1/87
9/1/88
INJURY
(PER PERBONI
$
•••..; ; k_y
�?.3
HIRED AUTOS
°
BODILY
INJURY
NON OWNED AUTOS
rcc DENT)
$
GARAGE LIABILITY
T
X
SPECIFIED AUTOS
PROPERTY
DAMAGE
$
K,
EXCESS LIABILITY
EACH
AGGREGATE
OCCURRENCE
$
$
OTHER THAN UMBRELLA FORM
-
STATUTORY _
WORKERS' COMPENSATION
$ (EACH ACCIDENT
AND
(DISEASE POLICY LIMIT) (.
Is
EMPLOYERS' LIABILITY
_
$ (DISEASE EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
RE: Loop 288 Water Line Casing Bid #9875
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX -
City of Denton PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
215 East McKinney MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Denton, TX 76201 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
I IARU ITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
AUTHORIZ D REPWSENTATIVE If
WILLIAM RATZ ASSOC FS, INC.
%as 1 T VP unn 1 Vir
PURCHASING DEPARTMENT
,.ATE: JULY 7. 1988 BID NUMBER: T 9875
BID TITLE: LOOP 288 WATERLINE CASINGS
Sealed Bid Proposals will be received until 2:00 p.m. JULY 7. 1988
at the Office of the Purchasing Agent 901-8 Texas Street, Denton, Texas 76201-4229.
BIDDER NAME: Coftii.(70.114r, John J. Marshall, C.P.M.
ADDRESS: Purchasing Agent
(817) 566-8311
C.C\;r..A,Taa Isco4
INSTRUCTIONS TO BIDDERS
1. Seated bid Proposal must be received In dupllaate. on this form. Prior to opening date and time to be considered. Late
proposals will be retumad unopened.
2 Bids shall be plainly marked as to the bid number. nameof the bid. and bid opening date on the outside of completely
seaied envelops, and mailed or delivered to the Purchasing Department. City of Denton. 901.8 Texas St.. Denton. Tx
76201.
t Any submitted article deviating tram the specifications must be identified and have full descriptive data accompanying
some, or it will "not be considersid.
e. All materials are to he quoted FOB, Denton. Texas, delivered to the floor of the warehouse, or as otherwise indicated.
S. The city of Denton, Texas raservee the right to accept separate items in a bid unless this right Is denied by the bidder.
G. In case of default after bid accxptanuc the City of Denton. Texas may at its option hold the accepted bidder or contractor
liable for any and all resultantincreased costs as a penalty for such default.
7. The City of Denton reserves the right to repeatany and all bids; to waive all informalities and require that sufuMtted bids
remain in force for a a" IGM day period after opening or until award is made: whtchwar comes first.
8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton
throughout the contract penod.
S. The Ites are to be pricad each net. (Packaging or sNppkq quantities will be co nsidereda
10. The Purchasing Departmard assumes responsibility, for the correctness and clarity of this, bid. and all Informatlat andlor
questions Pertaining to this bid shall be directed to the City of Denton Purchasing Agent
11. Any attempt to negotiate or give informatlan on the contents of this bid with the City of Denton or its representatives
prior to award shall be Bounds for dlsquailticatlons.
12 The cwMitions and terms of this bid will be considered when evaluating for award.
13. The City of Ds itaa is exempt from all sales and excise taxes, (Article M.O")
P-1
B I D # 9875
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
LOOP 28& WATER LINE CASINGS
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: calledfor 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 Cityp 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 - 2
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 shallbecome 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 requiredj, in strict accordance with the plans
,and specifica-tions,,for the following sum or prices, to wit:
P — 3
• nVnA un10 Gu
BID NO. 9875
Loop 288 Water Line Casings PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
I Contractor's warranties I I I ` I o_
1 91 I 1-A "-A--.-b--A4 -.-- I I r o 1 A. 'f �.,�. /r & 1 w ems__
S= /rn 1 e. 24 /_2f Sa
1
1, 1
1
Sc
I
a5
2.12.9
B I 300 Gage 10 Steel Casing
I 976.5 I
LF i
$
42, -
/LP
1 $
4 I,Sof, -
-
t I
I
I
l 1
I
$
/
I $
8.1
I Rock Excavation-
I 50I
CY I
$"
SQ"/CY
I $
ZISoo.o=
I Barricades, Detours,-
I I
I
I
SP-10
I Warning Signs:
1 I
LS i
$
/Soo'/LS
1 $
SP-37
I
I Excavation Protection
I I
1 58,665 I
i
SP 1
$
./a
/SP
I
I $
f8e6.ir
I
I I
I
a
I
SP-39
I Project Signs
I 2 1
EA 1
$
ZSo.
/EA
( $
Soo,
I
1
I
I
I
I
I
I
I
I
I
I
I$
/
I$
I
I
I
I
I
I $
/
I
I $"
I
I
I
I
I
$
I
I
I
I
I
I
I
I
I
I
I
I
I
I$
/
I$
I
I
I
I
I
I$
$
I
t
I
I
I$
/
I
I$
I
1
I
I
I
I
I
1$
/
I
I$
I
I
I
I
I
I
I
I$
/
I
I$
p - 4
BID SUMMARY
TOTAL BID PRICE IN
WORDS
�7;N�i,1- �,�
Gols.? �a>+ 6011Atii a„�
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.
D;ck,R�o,j
CONTRACTOR
BY ,., A
Lr /8/
Street Address:
b/"4,7eXAJ -ANO
City and state
Seal & Authorization
(If a Corporation)
P - 5
o?i</-38z-aiz3
Telephone
DATE July 19, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9876 MULBERRY & CARROLL BLVD
TRAFFIC SIGNAL CONDUIT
RECOfM1ENDATION. We recommend this bid be awarded to Dickerson Construction Co
Inc or the bid of $12,145 00
SUMMARY This bid was sent out to twenty-five contractors that are doing this
type at -"construction work We received only one bid We feel that this was such a
small job that the others did not bid because of the expense ad moving their equipment
in for a small job did not make it competitive This is however a competitive price
because Dickerson is already In and doing jobs for the City and they can complete this
one in conjunction with the others
BACKGROUND* Tabulation sheet
Memorandum from Jerry Clark
PROGRAMS DEPARTIMS OR GROUPS AFFECTED
Traffic signal Installation, traffic flow and the CItizens from
Denton
FISCAL IMPACT
There is no additional impact on the General Fund
4LloV
t u11/y/submitted
v
Harrell
City Manager
Prepared by
��
am ohn J Marshall, C P M
Title Purchasing Agent
Approved
4ame ohn J Marshall, C P M
Title Purchasing Agent
I
rl
9
w
1
I
i
I
CaYi
nl
=1
m1 CI
b
i
'
i
ci
mi Mi
a�
1
1
i
�i
1
TT1
1
y
1
M
r yI
C
(�
1
I
�1
C9
ti
I
-1
1
1
•O M;
w
c6
r S �
e
i
m
i
i
vi
�i
�pppi
p�
i
eN-i
I
1 1
r'
p
i
e
i
�i
1
of
1
1
r
1 1
I
en
R
y
N
1
'.O
I
lam!
I
1
per_
Z
1
1
1
1
I
1
1
I
1
1
I
I
1
I
I
t
I
I
1
�
1
1
1
I
1
1
1
�
I
�
j
I
I
�
I
!
I
1
1
1
�
�
1
j
1
CITY of DENTON, TEXAS
MUNICIPAL BUILDING / DENTON, TEXAS 76207 / TELEPHONE (817) 566 8200
MEMORANDUM
DATE July 13, 1988
TO John Marshall, Purchasing Agent
FROM Jerry Clark, City Engineer
SUBJECT Traffic Signal Conduit for Mulberry at Carroll - Bid
No 9876
The bid received from Dickerson Construction for $12,145 00 was
the only one received We have reviewed the bid prices
Although, the prices are not outstanding, they do seem
reasonable
They apparently have attempted to reduce disruption of traffic
to a minimum through use of a bore for the 1" rigid conduit
This would obviously make the job go quicker with much less
problemstraffic control fo
Dickerson Constructionbe awarded Bid therefore,
o9876 ontheJulytha19,
Council agenda
Please advise if you need further information
e r (r c
0573E
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 22 day of JULY
A.D., 1988 , by and between THE CITY OF DENTON, TEXAS
of the County of
DENTON
and State of Texas, acting through
LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
DICKERSON CONSTRUCTION CO. INC.
P.O. BOX 181
CELINA, TEXAS 75009
of the City of CELINA County of COLLIN
and state of TEXAS , Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 9876 - MULBERRY & CARROLL BLVD TRAFFIC SIGNAL CONDUIT
PURCHASE ORDER # 85286 - $12,145.00 10 WORK DAYS
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 JERRY CLARK, CITY ENGINEER
, 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.
ATT ST:
' WALTERS
CITY SECRETARY
ATTEST:
APPROVED AS TO FORM:
City Attorney
CA-2
0044b
LLOYD V. HARRELL, CITY MANAGER
(SEAL)
DICKERSON CONSTRUCTION CO., INC.
Party of the Sec nd Part, CONTRACTOR
By _ �i
itle
(SEAL)
Bond No# 30215956
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
01fLAW HUnC&3wld any dieputc anise about your
pre i m or about a claim Hat you love Eild, contact
the agaR or writs to the company that 93ued the
mw;fy. If the problem i5 not reaolwred, you may al.
writs to State H of Imamate, bapartaent C.
tun San Jacinto, Austin, Tema 7M-199e. M"
notion of complaint procedure is for infLrmtian
only and don, not become a part or condition of
this policy.
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
CO.. INC. , of the City of CELINA
County of COLLIN , and State of TEXAS
as PRINCIPAL, and Finality And Danosit Company of Maryland
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the CITY OF DENTON, TEXAS
as OWNER, in the penal sum of TWELVE THOUSAND ONE HUNDRED FORTY-FIVE
DOLLARS Dollars ($ 12,145.00 ) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 22 day of JUL Y , 1988 , for the construction of
BID# 9876 - MULBERRY AND CARROLL BLVD TRAFFIC SIGNAL CONDUIT
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed 'upon this bond,
venue shall lie in DENTON County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 29th day of July , 19 88.
Dickerson Construction Co., Inc.
Principal
r % �
Title 4
Address P. 0. Box 181
Celina, Texas 75009
214-382-2123
(SEAL)
Fidelity And Deposit Company of Maryland
Surety
Edward L. Moore
Title Attorney -In -Fact
Address 8810 Will Clayton Parkway
Humble, Texas 77338
713-540-1555
The name and address of the Resident Agent of Surety is:
Fjoojr R AcenriatPa SnrPtg/Tnsnrance
8810 Will Clayton Parkway
um
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
Bond No# 30215956
PAYPIENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
CO., INC. of the City of CELINA ,
County of COLLIN and State of TEXAS as principal, and
Fidelity And Deposit Company of Maryland
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
, OWNER, in the penal sum of TWELVE THOUSAND ONE
HUNDRED FORTY-FIVE DOLLARS AND NO CENTS Dollars 3 12,145.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 22 day of JUL Y , 19 88 .
BID# 9876 - MULBERRY AND CARROLL BLVD TRAFFIC SIGNAL CONDUIT
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,andeffect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 0£ 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 29ttday of July , 19 88
Dickerson Construction Co., Inc. Fidelity And Deposit Company of Maryland
Principal Surety
Title L,ui
Edward L. Moore
Title AttnrnPX-Tn-Fart
Address 8810 Will Clayton Parkway
Humble, Texas 77338
214-382-2123 713-540-1555
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
PB-4
0092b
Bond No# 30215956
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )
KNOW ALL MEN BY THESE PRESENTS: THAT DICKERSON
CONSTRUCTION CO.INCas Principal, and Fidelity And Deposiness in Company of Maryland
a Corporation authorized to do busthe 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 ONE THOUSAND TWO
HUNDRED FOURTEEN DOLLARS Dollars , 10% of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said DICKERSON CONSTRUCTION CO., INC.
has this day entered into a written contract with the said City of Denton to build
and construct BID# 9876 - MULBERRY AND CARROLL BLVD TRAFFIC SIGNAL
CONDUIT
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 DICKERSON CONSTRUCTION
CO., INC. as Contractor and Principal, has caused
these presents to be executed y THE CITY OF DENTON, TEXAS
and the said Fidelity And Deposit ompany o ary an
as surety, has caused these presents to be executed by its Attorney -in -Fact
Edward L. Moore and the said Attorney -in -Fact has hereunto set his hand
this 19rh day of July , 1988
SURETY:
PRINCIPAL:
Fidelity And Deposit Company of Maryland Dickerson Construction Co., Inc.,
BY: �Z/(�/Jf . &//y/U_r4
Edward L. Moore
Attorney -in -Fact
MB-2
16•
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
UFIDELITY AND DEPOSIT COMPANY
Companies HOME OFFICES. BALTIMORE, MD 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND
DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice -President,
and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, constitute and appoint Ronald E. Elsey, Edward
L. Moore and Bruce C. DeHart, all of Humb1�*,,Texas, H..............._
t e true an aw u agent and Attorney -in -Fact of each, to
and as its act and deed: any and all bonds and
Independent Executors, Community Sury
execution of such bonds or undertakings in
as fully and amply, to all intents and purposes, as if
officers of the respective Companies at thew offick.
attorney revokes those issued h
1986 and on behalf of Bruce
IN WITNESS WHEREOF, the said Vice-pre"sidBnts and
the Corporate Seals of the said FIDELly6Nl DEPOSIJ
,deliver, for, and on its behalf as surety,
EXCEPT bonds on behalf of
and
Of th (wZ,��`t cents, shall be as binding upon said Companies,
,on xecuted and acknowledged by the regularly elected
W,,` j ., in their own proper persons.This power of
Wdonald E. Elsey, dated, November 19,
, June 25, 1987.
Secretaries have hereunto subscribed their names and affixed
1Y OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
December________ — _________I A.D. 1982
ATTEST: FI Y AND DEPOSIT OMPAN WLANN
SEAL ---- •ir's� ---------------- By
s 'Secretary Vice -President
a.o . FIDELITY AND DEPOPIT COMPANY
SEAL i
:.......
-----------
- ---- — ----- --- --- ---- By------- — — -- — — — --'
Assistant Secretary Vice -President
STATE OF MARYLAND
CITY OF BALTIMORE } SS:
On this 21 st day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in
and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELI-
TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the
individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Officia eLraeltr ity o Ba 'more the day d year
first above written.
JA, ++
�JNOT�ay____
it �+ oM ubfic
F�ra+ocfi
My commission
CERTIFICATE
I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and
effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -
Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective
By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors
of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1970.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
29th_day oL--------- —----- J91y--- -------------- 19 --- 88 1
170-2526---- ---------------- ------- -----------Assistant Secretary ------
PRODUCER
WILLIAM H. RATZ & ASSOCIATES, INC.
2925 BRIARPARK, SUITE 150
HOUSTON, TEXAS 77042
PHONE: (713) 953-0250
INSURED
DICKERSON CONSTRUCTION COMPANY, INC.
P_ 0. Box 81
Celina, Texas 75009
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.
COMPANIES AFFORDING COVERAGE
COMPANY OLD AMERICAN COUNTY MUTUAL FIRE INS. CO.
LETTER A _--_ - _ . - .
COMPANY B
LETTER
COMPANY `.
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 13Y 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 EFFECIME
DATE (MMIDOMI)
POLICY EXPIRATION
DATE NAMDDM)
ALL LIMITS IN THOUSANDS
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ❑OCCURRENCE
OWNER S & CONTRACTORS PROTECTIVE
GENERAL AGGREGATE
$
PRODUCTS CDMPIOPS AGGREGATE
$
PERSONAL & ADVERTISING INJURY
$
EACH OCCURRENCE
$
FIRE DAMAGE ZANY ONE FIRE)
$
MEDICAL EXPENSE (ANY ONE PERSON)
$
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
GARAGE LIABILITY
SPECIFIED A111OS
TA 3 14 72 8
9/1/87
9/1/88
CSL
$
- -
'
"
BODILY
INJURY'"
(PER PERSON)
'
$
X
1N0J LLV
ACCIDENT)
$
PROPERTY
DAMAGE
$
X
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
EACH
OCCURRENCE
AGGREGATE
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
STATUTORY
Is
)EACH ACCIDENT)
$ (DISEASE POLICY LIMIT)
$ (DISEASE EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES/REST RIC I IONSISPhUTAL IItMb
RE: Bid #9876 Mulberry & Carrol Blvd. Traffic Signal Conduit
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX
City of Denton PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
215 East McKinney MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Denton, TX 76201 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
_LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES,
AUTHORIZF.JO REPRdaENTATIVE
WILLIAM H. RATZ "S, INC.
REVISED
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
ISSUE DATE OF THIS CERTIFICATE
EXTEND OR ALTER THE COVERAGE AF ORD-ED BY THE POLICIES BELOW. SHOULD
ANY OF THE POLICIES BE CANCEL O$EFORE THE EXPIRATION DATE THEREOF,
August 11 1988
ISSUED AT
THE ISSUING COMPANY WILL MAI67..In AYS WRITTEN NOTICE
TO THE CER-
TIFICATE HOLDER NAMED:
Sherman, Texas
O TEXAS EMPLOYERS' INSURANCE ASSN. •DALLAS, TX
City of Denton
Purchasing Division
o TEXAS EMPLOYERS INDEMNITY CO. •DALLAS, TX
901-B Texas Street
0 EMPLOYERS CASUALTY COMPANY • DALLAS, TX
Denton, Texas 76201
D EMPLOYERS NATIONAL INSURANCE CO. • DALLAS, TX
Q EMPLOYERS CASUALTY CORPORATION -DALLAS, TX
Job: Traffic Signal Conduit
Mulberry & Carroll Blvd, _ Bid #9876®
EMPLOYERS NATIONAL INS, CORP. • DALLAS, TX
O EMPLOYERS OF TEXAS LLOYD'S -DALLAS, TX
INSURED
Dickerson Construction Company
❑
P. 0. Box 181
Authorized Repres`iDn
Celina, Texas 75009
(Slgried)
(Typed) Bob Sims, District Manager
•THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI.
TIONS OF SUCH POLICIES.
TYPE OF INSURANCE
CO.
POLICY NUMBER
POLICY EFFECTIVE
DATE IMM/OD/YYI
POLICY EXPIRATION
DATE IMM/DD/YYI
ALL LIMITS IN THOUSANDS
STATUTORY
WORKERS* COMPENSATION
1.$ EACHAcaDENn
AND
1
WC-08558*
03-05-88
03-05-89
I
$ 500 (DISEASE POLICY LIMIT)
EMPLOYERS' LIABILITY
Is goo (DISC -EACH EMPLOYEE)
GENERAL
LIABILITY
GENERAL AGGREGATE
$
PRODUCTS COMPICPS AGGREGATE
$
X
COMMERCIAL GENERAL UA81LITY
I
CLAIMS MADE OCCURRENCE
3
CGL-827336
02-20-88
02-20-89
PERSONAL & ADVERTISING INJURY
$ snn
OWNER S d CONTRACTORS PROTECTIVE
X
EACH OCCURRENCE
$
FIRE DAMAGE (ANY ONE FIRE)
$
MEDICAL EXPENSE IANY ONE PERSON)
$
AUTOMOBILE
LIABILITYCSL
N '. e
<-
ANY AUTO
$
5,
ALL OWNED AUTOS
¢; •
SCHEDULED AUTOS
ISWILY
NuU"
(PPEER�PERSON)
HIRED AUTOS
y„ yg`••
Ism
NON -OWNED AUTOS
(PEA
iWoum
$
a srg?`anae' r'
GARAGE LIABILITY
s
#•"s' ' a D-
PROPERTY
DAMAGE
$
YRYan e'aYJ �.
EXCESS LIABILITY,
an aR.R
OGCURRENOI
AOOAEOAn
Umbrella Liability
3
UL-654277
02-20-88
02-20 89
•+
$ 1,000 $
1,000
OTHER THAN UMBRELLA FORM
OTHER
*Excludes Masters & Members of the Crews of Vessels
City of Denton is Additional Insured
cc: H.O. Assigned Risk Unit
TECO 17993-A (9-87)
ter■ ■ ■ v■ resew ■ vent
PURCHASING DEPARTMENT
DATE: JULY 7, 1988 BID NUMBER: # 9876
BID TITLE: Mulberry & Carroll Blvd Traffic Signal Conduit
Sealed Bid Proposals will be received until 2:00 p.m. JUI-Y 7, 1988
at the Office of the Purchasing Agent 901-8 Texas Street, Denton, Texas 76201-4229.
BIDDER NAME: 1Yck,asa.1 (10^ f�, (n,. John J'. Marshall, C.P.M.
ADDRESS:, lc¢ is( Purchasing Agent
(817) 566-8311
Caltitia.'r<za: ���ooq
INSTRUCTIONS TO BIDDERS.
1. Sealed bid proposals must be received in duplicate. on this form, prior to opening date and time to be considered. Late
proposals will be returned unopened.
2. Bids shall be plainly marked as to the bid number, name of the bid. and bid opening date on the outside of completely
sealed envelope. and malted or delivered to the Purchasing Department City of Denton. 901.8 Texas St.. Denton. TX
76201.
3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying
same, or it will not be cotaWe►ed.
d. All materials are to be quoted FOGDenton. Texas, delivered to the floor of the warehouse, or as otherwise indicated.
S. The City at Damon, Texas- reserves the right to accept separate items in a bid unless this right is denied by the bidder.
& In case of default after bid acceptance, the Clty of Damon. Texas may at its option hold the accepted bidder or contractor
liable for any and all resultant increased coats as a penalty for such default.
7. The C!ty of Damon reserves• the right to reje& any and all bids, to waive all informalities and require that submitted bids
remain in fares for a sixty (SM day period after opening or until award is made; whichever comes first.
& The quantities shown maybe approximate and could vary according to the requirements of the City of Denton
throughout the contract period
9. The Items are to be priced sash net. (Packaging or shipping quantities will be considered.)
10. The Purche" Department assumes responsibility for the correctness and clarity of this bid, and all information and/or
questions pertaining to this bid shall be directed to the City'of Denton Purchasing Agent
11. Any attempt to negotiate or give Information an the contents of this bid with the City of Denton or its representatives
prior to award shall be gounds for disqualifications.
12. The conditions and terns of this bid will be considered when evaluating for award.
13. The Gty of Denton is exempt tram ail sales and excise taxes. (Article 20.04-8)
P-1
BID #9876
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
MULBERRY AND CARROLL BLVD. TRAFFIC SIGNAL CONDUIT
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 - 2
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 bold 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 - 3
Mulberry and Carroll Blvd.
Traffic Signal Conduit
WURN uAYb lu
BID NO. 7873—
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
I Contractor's Warranties I
I
I
. I
1.21
I And Understandings I
I
LS
I $
o�
35:).
/LS I
$
35u.
3-A
I Remove Concrete Pavement I
2
I SY
I $
..b.°-
/SY I
$
I Remove Concrete Curb & I
I
I
I
3-B
I Gutter I
10
I LF
I $
�„
5.
/LF 1
$
o
So.
3-C
I I
I Remove Concrete Drivewaysi
3
I
1 SY
I
I $
40.,
I
/By I
$
40."
5.7-8
I I
I Asphalt Patch I
10
I
1 TON
I
1 $
9c0•
/TON 1
$
I.000.
5.8
I I
1100 Concrete Pavement i
2
I
1 SY
I
I $
y„
35. ,
I
/SY I
$
a
10,
I Barricades, Warning and I
I
I
I
8.1
1 Detour Signs I
I LS
1 $
1,Tw ov/LS
1
$
lSoo. so
8.2-A
1 I
I Concrete Curb & Gutter I
10
I
I LF
1
I $
w
10.
1
/LF I
$
a
lec. -
i I
I
I
I
' _ /r-D I It I An c?
" /cv 1 @ i --- Oo
Os
1 3' Rigid Conduit
I I I
I
SP-41 I and Bore
1 115 I LF I $
45, °= /LF
I $ 5, 0j' O�
i
�1 SP-42 i 3" Rigid Conduit
I I I
1 45 I LF 1 $
;S.eu /LF
I
1 $ 1, 1 ., - �
13• PVC Schedule #80
1 I 1
C�
I
SP-43 I (Includes Elbows)
I 25 i LF I $
lo. /LF
vo
I $ o7510.
I
I I I
I
N
oe
i I i I I
I I I i$ / i$
I I I I I Oo
I I TOTAL PROJECT I $ / 1 $ 1'-
I I I I I
I$ / I$
I I I I I
I I I i$ / I$
I I I I I
I$ / i$
i i I I I
$ / 1 $
P - 4
BID SUMMARY
TOTAL BID PRICE IN WORDS Twilvk
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.
Di r-k ak)o..1 Ca...fo.'N,
CONTRACT R
BY
�
Street Address
City and State
Seal & Authorization
(If a'Corporation) IV-38a-ili7
Telephone
P -5