HomeMy WebLinkAbout1988-0130923L
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the
construction of public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID NUMBER CONTRACTOR AMOUNT
9812 Dickerson Construction, Inc $ 13,587 00
SECTION II That the acceptance and approval of the above
competiti�' ve ds 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 including the timely execution of a written contract
and furnishing of performance and payment bonds, after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of
the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such
contracts are made in accordance with the Notice to Bidders and
Bid Proposals, and documents relating thereto specifying the
terms, conditions, plans and specifications, standards, quantities
and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
competitive bids 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
immediately upon its passage and approval
PASSED AND APPROVED this the 19th day of January, 1988
RAY WEPHMF, O.
ATTEST
�JEN�NI9'81AZAL-L—TERS,
��� J.CIV �s®
CIT SEC ETARY� �
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
:I
PAGE TWO
DATE January 19, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9812 SHERMAN/WINDSOR TRAFFIC
SIGNAL CONDUIT
RECOISIENOATION We recommend this bid be awarded to the lowest bidder, Dickerson
Construction, in the amount of $13,587 00
SUMMARY This bid is for the installation of conduits and pull boxes necessary
for the construction of traffic signals at Sherman and Windsor
BACKGROUND Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Traffic Control
FISCAL I1IPACT 1987/88 Traffic Bond Funds Acct # 436-020-GO87-8721-9105
Respectfully submitted
L1oy V Harrell
City Manager
� Pi pared by
Name Tom D 5h—a—w—,
Title Assistant Purchasing Agent
Approved
76 me John J Marshall, C P M
109, Purchasing Agent
a
to
� d v
rn i
m
m
m
m
'q
W
m
C�II
N
I�jl
V
m
y
"a
N
®
u�i
Ian
w
Ili�
N
O
r
n
m
m
m
m ry e
I
o s
o
I I
�
rJ
- I
m
I y
I
I
m
® N ]Q
�
O
I
v
1
T C
I n I
--1
1 cs
I a
ai
ro nP �
I
� y
S I
ar v�
n
I
T
I
I 1
r
1
n m
i
z m
m
rr1` i
9
1 r
na
I
n
I
r]
I
$ T
N
1 � 1
y �
�m
411
I
p ar
r�
I
m
1 z I
o <
o i
a l
I T I
ti
m
1 1
Z
I
I
I 1
N
i c i
1
p
m
1 O
ra
p aL.r C
a
1 1
m
m
i
�
2
1 I
I
1 1
i
1 C 1
m
z I
n
I
I a I
1
j
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS. AGREEMENT, made and entered into this 20 day of
A.D. , 19jML, by and between THE CITY OF DENTON, TEXAS
Y --o 3
REM
9 {1
JANUARY
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# 9812 SHERMAN/WINDSOR TRAFFIC SIGNAL CONDUIT $13 587.00
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
GiC i!',j`' Ir
CA-1
0044b
:written explanatory matter thereof, and the Specifications therefore, as
prepared by
CITY OF DENTON ENGINEERING DEPARTMENT
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
NNIFqk WALTERS
ITY SECRETARY
ATTEST:
AP=AS M:
City Attorney
CA-2
0044b
CITY MANAGER
(SEAL)
DICKERSON CONSTRUCTION CO., INC.
Party of he Second Part, CONTRACTOR
By -4? -
Title'
(SEAL)
DUPLICATE ORIGINAL
BOND NO 30162793
PERFORMANCE 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 & 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 THIRTEEN THOUSAND FIVE HUNDRED EIGHTY
SEVEN Dollars ($ 139587.00
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 2& _ day of 7ANUARY, 19$g_, for the construction of
BID// 9812 SHERMAN/WINDSOR TRAFFIC SIGNAL coop IT
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 26th day of January , 19 88.
Dickerson.Constructios Co.. -Inc:
Principal
Title ZL
Address P. 0. Box 181
Celina, Texas 75009
(214) 382-2123
(SEAL)
Fidelity --A Deposit Company of Maryland
Surety
A'�a �
Edward L. Moore
Title Attornev-In-Fact
Address 8810 Will Clayton Parkway = -
Humble, Texas 77338
(713) 540-1555
The name and address of the Resident Agent of Surety is:
Elsev & Associates
8810 Will Clayton Parkway, Humble, Texas 77338
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
111414W
PAYISENT 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 & 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 hound unto THE CITY OF DENTON. TEXAS
OWNER, in the penal sum of THIRTEEN THOUSAND FIVE
HUNDRED EIGHTY-SEVEN DOLLARS Dollars ($ 13,587.00 )
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 20 day of JANUARY , 1988
BID# 9812 SHERMAN/WINDSOR 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 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 26th day of January , 19 88
Dickerson Construction Co., Inc.
Principal
By a c%Iiv
Title Aev,
Address P.,0. Box 181
(214) 382-2123
(SEAL)
Fidelity & Deposit Company of Maryland
Surety
Edward L. Moore
Title Attorney -In -Fact
Address 8810 Will Clayton Parkway
Humble. Texas 77338
(713) 540-1555
(SEAL)
The name and address of the Resident Agent of Surety is: =-
Elsey & Associates
8810 Will.Clayton Parkway, Humble, Texas 77338
PB-4
0092b
ORIGINAL DUPLICATE
MAINTENANCE BOND
BOND NO 30162793
STATE OF TEXAS )(
COUNTY OF DENTON )
KNOW ALL MEN BY THESE PRESENTS: THAT Dickerson Construction
Co., Inc. as Principal, and
a Corporation authorized to o 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"hrppfifty eight dollars and seventy cents Dollars ?fe1,358.70 , �LInd10% 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// 9812 Sherman/Windsor Traffic n Sigal Cnnduit
e
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, C.
caused
these presents to be executed by The City of Denton. Texas
and the said F;dPl;ry R nanne;r omn f Mar land
as surety, has caused these presents to a executed by its Attorney -in -Fact
Edward' ".L. Moore and the said Attorney -in -Fact has hereunto set his —hand
this 26thday of January , 19 88 .
SURETY:
Edward L. Moore
Attorney -in -Fact
0093b
PRINCIPAL:
Dickerson Construction Com an Inc.
MB-2
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 qq the reverse s_(1F... hereof and are hereby certified to be in
full force and effect on the date hereof, do hereby nominate, titute and a&oiut Ronald E. Elsey, Edward
L. Moore and Bruce C. DeHart, all of Hu}ItU%, Texas;;i'SACH.................
tfi-e'ffu—e—a_nT1awTuI agent and Attorney -in -Fact of each, t9,tuf0c6, execut `-se�Pand deliver, for, and on its behalf as surety,
and as its act and deed: an and all bonds 'J
y �;d?�y-undert�Te�ilgs...EXCEPT bonds on behalf of
Independent Executors, Community Stay.tors atlil community Guardians
Ana me execution of suen nonas or unaertaxmgs'
as fully and amply, to all intents and purposes,, $,
officers of the respective Companies at theit',uf€ic
attorney revokes those issue oil
1986 and on behalf of Bruck Dt
IN WITNESS WHEREOF, the saisidents
the Corporate Seale of the said FIDELI',EY AND DFI
this_— 21 s t
1,'-pa'suance ofk e'ye presents, shall be as binding upon said Companies,
they had 401, t duly executed and acknowledged by the regularly elected
s in Baltifeio�;` Md., in their own proper persons.This power of
behal+,i4 Ronald E. Elsey, dated, November 19,
Bar, —dated, June 25, 1987.
$asistant Secretaries have hereunto subscribed their names and affixed
COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY
y of___- December
-------------- — ---- A.D. 19_&Z
P 'd
ATTEST: ?DELITY AND DEPOSIT COMPAN OF MA LAND
Assistant Secretary V ce-President
FIDELITY AND Dj�OSIT MPANY
By_____________________
Assistant Secretaryice-President
STATE OF MARYLAND
CITY OF BALTIMORE SS:
On this 21 s t day of December , A.D. 19 87 , 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 Of(c' Ftit a Ci of)Baltimore the y and year
first above written.
�• sons s ---
"♦ Nakky Public
f� ue P
My commission expires July 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 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, 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
26th day of January _—____, 19_88.
170-2526 -- --(1�-- T� --
Assistant Secretary
CITY OF DENTON
MINIMUM INSURANCE REQUIREMENTS
INSURANCE•
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the contracted
work and/or material has been completed/delivered and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the Purchasing
Department prior to starting any construction work or activities to deliver
material on this Contract. The certificate(s) shall state that thirty (30)
days advance written notice will be given to the Owner before any policy
covered thereby is changed or cancelled. The bid number and title of the
project should be indicated, and the City of Denton should also be listed on
all policies as an additional named insured. To avoid any undue delays, it is
worth reiterating that:
o Thirty (30) days advance written notice of material change or
cancellation shall be given;
o The City of Denton shall be an additional named insured on all
policies.
I. Workmen's Compensation and Employer's Liability. This insurance shall
Protect the Contractor against all claims under applicable state
workmen's compensation laws. The Contractor shall also be protected
against claims for injury, disease, or death of employees which, for
any reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. Comprehensive Automobile Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor against all claims
for injuries to members of the public and damage to property of others
arising from the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
o A combined single limit of $500,000
III. Comprehensive General Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor against all claims
arising from injuries to members of the public or damage to property of
others arising out of any act or omission of the Contractor or his
agents, employees or subcontractors.
CI-1
Insurance Requirements
page two
To the extent that the Contractor's work, or work under his direction,
may require blasting, explosive conditions, or underground operations,
the comprehensive general liability coverage shall contain no exclusion
relative to blasting, explosion, collapse of buildings, or damage to
underground property.
The liability limits shall not be less than:
o A combined single limit of $500,000
IV. Owner's Protective Liability Insurance Policy. This insurance shall
provide coverage for the Owner and its employees, in the name of the
City of Denton, for liability that may be imposed arising out of the
work being performed by the Contractor. This also includes liability
arising out of the omissions or supervisory acts of the Owner.
Although this insurance is strictly for the benefit of the Owner, the
Contractor is responsible for obtaining it at his expense.
The liability limits shall not be less than:
o A combined single limit of $500,000
INSURANCE SUMMARY:
The Contract shall provide insurance to cover operating hazards during the
period of placing the facility in operation and during testing, and until such
time as the facilities are completed and accepted for operation by the Owner
and written notice of that fact has been issued by the Owner. Approval of the
insurance by the Owner shall not in any way relieve or decrease the liability
of the Contractor hereunder. It is expressly understood that the Owner does
not in any way represent that the specified limits of liability or coverage or
policy forms are sufficient or adequate to protect the interest or liabilities
of the Contactor.
Again, the Owner shall be given a certificate of insurance indicating that all
of the above policies and the appropriate limits are indeed enforced. The
certificate shall also indicate that the Owner will be given at _least thirty
(30) days written notice of cancellation, non -renewal, or material change of
the required insurance coverage. All responsibility for payment of any sums
resulting from any deductible provisions, corridor or self -insured retention
conditions of the policy or policies shall remain with the Contractor. The
the insurance certificates and so notified the contractor directly in
writing. Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI-2
O1/13/87
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS (REVISED COPY)
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ISSUE DATE OF THIS CERTIFICATE
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHOULD March 9, 1988
ANY OF THE POLICIES BE CANCELLED FORE THE EXPIRATION DATE THEREOF,
THE ISSUING COMPANY WILL MAIL 1 DAYS WRITTEN NOTICE TO THE CER- ISSUED AT
TIFICATE HOLDER NAMED: Sherman, Texas
l❑ TEXAS EMPLOYERS' INSURANCE ASSN. • DALLAS, TX
City of Denton
DD TEXAS EMPLOYERS INDEMNITY CO. • DALLAS, TX
901-B Texas Street
Q EMPLOYERS CASUALTY COMPANY- DALLAS, TX
Denton, Texas 76201
Attn: John Marshall
30 EMPLOYERS NATIONAL INSURANCE CO. • DALLAS, TX "
Purchasing Dept.
7� EMPLOYERS CASUALTY CORPORATION • DALLAS, TX
JOB: Sherman -Windsor Pro ect
® EMPLOYERS NATIONAL INS. CORP. • DALLAS, TX e
ED EMPLOYERS OF TEXAS LLOYD'S • DALLAS, TX
INSURED
Dickerson Construction Company
P.O. Box 181
Authorized Repre Drive
Celina, Texas 75009
_
(Signed)
Ind
—_
Bob S ms 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 CONDF
TIONS OF SUCH POLICIES.
TYPE OF INSURANCE
CO.
POLICY NUMBER
POLICY EFFECTIVE
GATE IMM/DD/YYI
POLICY EXPIRATION
DATE (MM/DD/YY)
ALL LIMITS IN THOUSANDS
STATUTORYrv,�....
WORKERS' COMPENSATION
$ 50 (EACH ACCIDENT)
AND
1
WC-08558*
03-05-88
03-05-89
$ (DISEASEPOLICYE
EMPLOYERS' LIABILITY
PLO
IS Soo (DISEASE -EACH EMPLOYEE)
GENERAL
LIABILITY
GENERAL AGGREGATE 1
$ 1,000
COMMERCIAL GENERAL LIABILITY
PRODUCTS COMP/OPS AGGREGATE Is
1.000
CLAIMS MADE ®OCCURRENCE
PERSONAL S ADVERTISING' INJURY
$ 500
OWNERS b CONTRACTORS PROTECTIVE
CGL-827336
02-20-88
02-20-89
IL
EACH OCCURRENCE is
00
FIRE DAMAGE (ANY ONE FIREI
$ 50
MEDICAL EXPENSE (ANY ONE PERSON)
$
AUTOMOBILE
LIABILITY
CSL
ANY AUTO
$
-
_
ALL OWNED AUTOS
n'3'°.
ADalr
SCHEDULED AUTOS
INJURY
(PER PERSONA
$3,
I''y°"�'�
y, ,
HIRED AUTOS
NON OWNED AUTOS
N
OWLY
INJURY
(PER
AMBIENT)
_
Q.
GARAGE LIABILITY
pppfpry
DAMAGE
EXCESS LIABILITY
;.,E.a,:
EACH
aauAAENa
AODR[DATE
X Umbrella Liability
3
UL-654277
02-20-88
02-20-89
u�
$ 1,000 $
1,000
OTHER THAN UMBRE LA FORM
.<,;,as:°
:a=� -.
OTHER
*Excludes Masters IS Members of the Crews of Vessels
ty of Denton is Additional Insured.
TECO 17993-A (9-87)
CONDITIONS
ril11 YY • 1 Q 1•�DI - •. 1> n. ro - _ _• . -•.• c• •. M - •. •c
.II. • 1 - ••�: • -.• r• • •II.- w
• • r.- . - �• .- ••. r - • -• c• . 'cn-. �u . •. r.-
Ilk
r• • • •- •• - • I - -. .- •• • - 1 -. •1 `•• -
1'I Dh :11 Y u . a •• r - ti o
ilIN
r w• • iR
._--
11 111
Cx-4
` nnrJ
BID# 9812
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
For the Construction of
Traffic Signal Conduits
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 therein 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.
r
P - 1
It is understood and agreed that the work is to be completed in
full within ten (10) working days.
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the Owner, in the amount of five percent
of the total bid.
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. It is understood that the Owner reserves the
right to reject any and all bids.
The undersigned hereby proposes and agrees to perform all work
of whatever nature required, in strict accordance with the
plans and specifications, for the following sum or prices, to
wit:
P - 2
Traffic Signal Conduits
BID NO. 9812
PO NO. -
A. Sherman/Windsor
ITEM DESCRIPTION
BID TABULATION SHEET
OOANTTTY ❑NTT
1TNTT PPTrF. TmmhT.
1
V Rigid conduit and bore
277
LF
�J
/LF
1U
2
Pull box (Traffic)
4
EA
(Oe /EA
400�u
30 PVC conduit (electrical
3
between pull boxes and 31
50
LF
u�
$ /o." /LF
5cc,c`
rigid conduit)
Accessories (pull wires,
lump
4
90° bends, barricades etc)
sum
WORK DAYS - 10 days
jV
PROJECT TOTAL = $ ! J , d S l .
5 I Contractors warranties
and understandings LS $ 500. /LS
0183e
P - 3
PROJECT TOTAL=$ �� 537• t&
BID SUMMARY -
TOTAL BID
PRICE
IN WORDS
fln', k ✓ irN i
6u),j �
�1
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.
tJ 1 ),e 2)O rJ CON �i' (•�- ///(.
CONTRA
'eR
BY
IDO.160K g /
Feet A iress
L4 �, i 77.-
43 %1ao S
City and state
Seal & Authorization
(If a Corporation) 0?1Y-33Z-a/z.3
Telephone
BIQ# 9812
P - 4
Dickerson Construction Co.
P.O. Box 181
Celina, TX 75009
CITY o/ DENTON / 215 E. McKinney / Denton, Texas 76201
SHERMAN/WINDSOR TRAFFIC SIGNAL CONDUIT
ADDENDUM #1-HID #9812
i/
This addendum is to add a bid item to the bid tabulation
sheet of the Specifications for the Sherman and Windsor
Traffic Signal Conduit. Trench safety was overlooked in the
original processing of these specifications. See attached
sheets for information pertaining to the contractor's
responsibilities concerning this item.
Item Unit Quantity Unit Cost Total
Trench Shoring S.F. 2,100.00 5;;, /S.F. 7 1,;>,;`=
Y h
Acknowl/e'dggeedd by:
/'
------------------
Title
Page -2-
Addendum #
BID# 9812
Item SP-37 Excavation Protection
The Contractor shall install a timber shoring system to provide
safety for all trenches exceeding a depth of 5 feet as per the
Occupational Safety and Health Administration's TABLE P-2
"TRENCH SHORING - MINIMUM REQUIREMENTS". The Contractor may
elect to meet OSHA safety requirements by other methods
described in the OSHA Standards.
This item provides for all materials, equipment and labor
required to furnish, install and remove the trench shoring
system. Regardless of the method to be used to shore the
ditch, the Contractor must submit a trench safety plan designed
and sealed by a registered engineer specializing in soils and
trench stability to the design engineer for approval.
Payment: Payment will be at the contract unit price. for each
square foot of Excavation Protection installed and removed.
page -3-
Addendum # 1
BID# 9812
This is the Submittal Stamp to be utilized
Excavation Plan Submittals by Contractor on
Private Projects.
NO EXCEPTIONS ( ]
EXCEPTIONS AS NOTED ( ]
REJECTED - RESUBMIT ( ]
on ALL french
ALL City and
CONTRACTOR ACCEPTS SOLE khSPUNSIbILl'1Y FUk COMPLIANCE WITH ALL
APPLILABLE SAFETY KkgUIkhMEN1S. 'PHIS khV1hW 1S ONLY FUR
GENERAL CUNFORMANCh WITH OSHA SAFETY STANDAk11S. REVIEW OF '1HE
TRENCH EXCAVATION PLAN DUES NOT KELihVh CONTRACTOR FRUM ANY UK
ALL SAFETY AND CUNSTRUCPIUN RhSPONS1blL1TY IN ALLUkDANLE WITH
ITEM SP - 37 OF THE SPECIFICATIONS, 1NLLUDINU ACCOMMODATING.
CHANGES IN SOIL CGND11IONS AS THEY OCCUR. THIS REVIEW DOES N01
RELIEVE CONTRACTOR OF IT'S SOLE RESPONSIBILITY FOR ALL
CONSTRUCTION MEANS, Mh'1HODS, Th(.HNIgUES AND PkUCEDUKES; AND ANY
PROPERTY DAAAGE OR BODILY 1NJUkY (1NLLUDING DEA1H) THAT ARISES
FROM USE OF THE EXCAVATION PLAN, FRUM CUNTRALTUK'S NEGLIGENCE
IN PERFORMANCb_OF CONTRACT WURk, OR FROM CI1Y'S FAILURE TO NOTE
hXCkkTIONS TO THE EXCAVATION PLAN, SHALL REMAIN THE SOLE
RESPONSIBILITY AND LIABILITY OF CONTRACTOR.
PROJEC
BY DATE
0491E
CITY OF DENTON bNG1NEhk1NG DIVISION
SC - 16