HomeMy WebLinkAbout1986-1080923L
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, and
WHEREAS, Section 2 36 (f) of the Code of Ordinances requires
that the City Council approve all expenditures of more than
$10,000, and
WHEREAS, Section 2 09 of the City Charter requires that
every act of the Council providing for the expenditure of funds
or for the contracting of indebtedness shall be by ordinance,
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 Invita-
tions", "Bid Proposals" or plans and specifications attached
hereto are hereby accepted and approved as being the lowest
responsible bids
BID NUMBER CONTRACTOR AMOUNT
9607 Dickerson Construction Company $75,294 25
SECTION II
That the acceptance and approval of the above competitive
bids 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
PAGE ONE
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 3rd day of June, 1986
RAY STAPIMNS, AYOR
CITY DhNTON, TEXAS
ATTEST
CHARLOTTELA&AL AL CIR— R
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
BY C
PAGE TWO
DATE June 3, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #9607 STATE SCHOOL WATERLINE
RECOiM1ENDATION We recommend this bid be awarded to low bidder of the
four bidders meeting the specifications, bid requirements,
and proposals, Dickerson Construction Co of Celina for
the amount of $75,294 25
SUMMARY This bid was sent to and picked up by several of our vendors
We received response from then of these vendors However,
only four of these proposals met our bid requirements We
used these four to evaluate our low bid The non qualifying
bidders included in their bid an estimated amount for
cast iron fittings which were not supposed to be included
thereby rendering their bids unacceptable (See Tabulation
Sheet Item 1)
BACKGROUND Tabulation Sheet
Utility Board Minutes
Utility Recommendations and Project Location
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Utility C I P Projects
FISCAL IMPACT There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name John J Marshall, C P M
itle Purchasing Agent
41
Approved
Name John J Marshall, C P M
Title Purchasing Agent
n
V
1
Z I
( r
I
y
1
r
n
t
r*
s
�
n
r
1
S
�
_
T
T
Ti
t
I .2
A
J T
I C
a
I
I
c �
- -
I
1
r
}
1
I
Y
I
T
T
1
I
} q
4(
1
1
i
r
1
1
I
Y
J
1
I
x u
R
1
I
~
_
` `
1
' 1
J CI
-1
I I
I
4
Y
c
't
1 ?
I
I
Y
4
IT
tY
I
4
June 3, 1986
CITY COUNCIL AGENDA ITEM
TO MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM Lloyd Harrell, City Manager
SUBJECT
Consider Bia Opening, Bid N9607, State School Water Line
RECOMMENDATION
SUMMARY
The Public Utilities Board, at their meeting of May 21,
1986, recommended to the City Council approval of the
lowest bid of Dickerson Construction in the amount of
$75,294 25
The bids were opened April 15, 1986, and the results are as
follows
Dickerson Const Celina, Tx 75,294 25
Watkins Const Corsicana, Tx 78,439 09
Albenesius Contracting $78,588 00
Atkins Bros, Grand Prairie, Tx $89,967 45
BACKGROUND
This is an approved CIP project to remove the existing 8"
bottleneck along I-35 at State School Road and install a
new 14" water line This will provide adequate flow to
meet existing and anticipated growth in Corinth and Lake
Cities, Dallas
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Denton Municipal Utilities, Purchasing Department,
Developer, contractor, citizens
4316U 1
FISCAL IMPACT
rY 86 CIP Budget Estimate $48,000*
Recommended Award to
Dickerson Construction Co $75,294 25
Source of funds Water bonds- 623-008-0461-9138
*It may be noted that the budget estimate was based on
existing drawing that showed only about 1800 LF of 8"
bottleneck However, during excavation for design
purposes, it was actually found to be 2705 LF Hence, the
bid price is because of this expanded scope of work
Prepared by
Srini Sundaramoorthy
Levil Engineer
Appro e , by
/ h Nelson
Director of Utilities
Exhibit I - Bid Tabulation
II - Location map
III - Minutes PUB Meeting of 5/21/86
4316U 2
Respectfully submitted
Lloyd Harrell
City Manager
29
PROJECT
t \�
CITY OF DENTON, TEXAS
+w e e ar eme
I
6
C�Y&-io2
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made -and entered into this 4 day of June _
A.D., 19 86, 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
of the City of Celina County of
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 #9607 - 1986 C.I.P Utilities - State School Road Waterline
Purchase Order H73316 in the amount of $75,294.25
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.
ATTEST:
ATTEST:
APPROVED AS TO FORM:
City Attorney
CA-2
0044b
CITY Of DENTON, TEXAS
Party the Fir Part, ER
11
UoV V.-Harrell
City Manager
(SEAL)
�Ckc,,WnJ (DNJj, �'o_ wt=
Party of the Second Part, CONTTKi*�,TOA --'"
BY Lw'tS D,CKf.2)oyr' Lis _
Title
(SEAL) -
BOND NUMBER: 992-6294
PERFOUTANCE BOND
STATE OF TEXAS )(
COUNTY OF HARRIS )(
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
COMPANY. INC. , of the City of CELINA
County of DENTON , 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 THE CITY OF DENTON, TX
as OWNER, in the penal sum of Seventy -Five Thousand Two Hundred Ninety -Four and
25/100----------- Dollars ($ 75,294.25 ) 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 OWNER, dated the 4 day of June , 19 86, for the construction of
BID #9607 - 1986 C.I.P. UTILITIES - STATE SCHOOL ROAD WATERLINE
PURCHASE ORDER #73316 IN THE AMOUNT OF $75,294.25
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,
sealed this instrument this 4
DICKERSON CONSTRUCTION
COMPANY, INC.
Principal
Y4;z A4 &�
LEWIS D. DICKERSON
Title _ PRESIDENT
the said Principal and Surety have signed and
day of June , 1986 .
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Surety
C _&qz::: _ L' iZZ Ali b-_
GENIA PIZ
Title ATTORNEY -IN -FACT
Address p. O. BOX 1R1 Address c/o 2925 BRIARPARK #150
CELINA, TX 75009 HOUSTON, TX 77042
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
WILLIAM H. RATZ & ASSOCIATES INC
2925 BRIARPARK #150, HOUSTON, TX 77042
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
BOND NUMBER: 992-6294
PAYNENT BOND
STATE OF TEXAS )(
COUNTY OF HARRIS )(
KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION
COMPANY, INC. of the City of CELINA ,
County of DENTON , 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 hound unto THE CITY OF DENTON, TX
, OWNER, in the penal sum of Seventy-five thousand Two
Hundred Hinety-Four and 25/100----------------------- Dollars ($ 75,294.25 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thea presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 4 day of June , 19 86
FOR THE CONSTRUCTION OF BID #9607 - 1986 C.I.P. UTILITIES - STATE
SCHOOL ROAD WATERLINE, PURCHASE ORDER #73316 IN THE AMOUNT OF
$75,294.25
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 4 day of June , 19 86
DICKERSON CONSTRUCTION
COMPANY, INC.
Principal
LEWIS D. DICKERSON
Title PRESIDENT
Address P• 0. BOX 181
CELINA, TX 75009
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Surety
emu-
REGENIA PIZZO
Title ATTORNEY -IN -FACT
Address 2925 BRIARPARK #150
HOUSTON, TX 77042
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
WILLIAM H. RATZ & ASSOCIATES INC
2925 BRIARPARK #150 HOUSTON, TX 77042
PB-4
0092b
BOND NUMBER: 992-6294
14AINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF HARRIS )(
KNOW ALL MEN BY THESE PRESENTS: THAT DICKERSON CONSTRUCTION
COMPANY,, INC. as Principal, and FIDELITY AND DEPOSIT COMPANY OF
MARYLAND a Corporation authorized 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
Hundred Twenty -Nine and 43/100----------------- Dollars 7,529.43 , 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 COMPANY, INC.
has this day entered into a written contract with the said City of Denton to build
and construct RTD 49607 - 1986 C.I.P. UTILITIES - STATE SCHOOL ROAD
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
COMPANY, INC. as Contractor and Principal, has caused
these presents to be executed by LEWIS D. DICKERSON, PRESIDENT
and the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as surety, has caused these presents to be executed by its Attorney -in -Fact
REGENIA PIZZO and the said Attorney -in -Fact has hereunto set his hand
this 4 day of June , 19-u-.
SURETY:
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
UWIRDV✓ 1WA
T'�///
Attorney -in -Fact
0093b
PRINCIPAL:
DICKERSON CONSTRUCTION
COMPANY, IN
1
WIS rf DIC ERSON
PRESIDENT
REM
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 C. M. PECOT, JR. , Vice -President,
and C. W. ROBBINS , 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 of the date thereof, do hereby nominate, constitute, and appoint Wi11 iam H. Ratz, Maryanne
Wilson, Regenia Pizzo, Carole Kamman and Edward L. Moore, all of Houston, Texas,
EACH.............................................................................�
true and lawful agent and Attorney -in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings ... EXCEPT bonds on behalf
of Independent Executors, Community Survivors and Community,Guardians....,)........
the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of William H. Ratz, eta1,
dated, May 26, 1983.
IN WITNESS WHEREOF, the said Vice -Presidents and Assistant Secretaries have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANY this ...............2I st.._.........—................... day of ................. J.4mul):Y. ............................. A.D. 19...... U......
ATTEST: qq (FIDELITY AND DEPOSIT COMPANY ' M- ARYYLLAND
SEAL C--CiIl'-- i�..t ,;. ,{;„�,1,.�................. By.... .. ... :!:.(.... ........................
tstant Secretary Vtce-President
FIDELITY AND DE SIT COMPANY
SEAL C �
sststant Secretary ftce-Pratdent
STATE OF MARYLAND I as:
CITY OF BALTIMORE
On this 2 1st ) day of January . A.D. 19 85, before the subscriber, a Notary Public of the State of Maryland, in and
for the City of Baltimore, duly commissioned and qualified, came the abovemamed Vice -Presidents and Assistant Secretaries of the FIDELITY 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 mith, 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, 1 have hereunto set my hand and affixed my Official Seal at Lha Cit of Baltimore the d and year first above
written.
.... .... ....... ... ........................
s po No Public
aopar s
's, t, My commission expires July.. 1.r---- 1986.........................
" 5 CERTIFICATE
I, the undersiggtied Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT
COMPANYdohereby certify that the original Power of Attorne of which the foregoing is afull, true and correct copy, ismfull force and effect on the
date ofth,s certif,cate; and I do further certify that the Vice. residents who executed the said Power of Attorney were Vice -Presidents specially
authorized by the Boards of Directors to appmtn any Attorney -in -Fact as provided m Article V1, 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..... ...._...... .._ -
dayof... _..._. ...._.. ....._ __......., 19_..
............... . ...... , ...... ..w ........ ..................
Anus t Secretary
L14I9.(TX)—Cu 170-3613
FOR YOUR PROTECTION LOOK FOR THE F&D NVAi' ;RNIARK
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The President, or any Executive Vice -Presidents, or any of the Senior Vice -Presidents or Vice -Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr-
ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, and At-
tornies-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the
Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments
of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which
the business of the Company may require, and to affix the seat of the Company thereto."
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY
"Article VI, Section 2. The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con-
currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents,
Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per-
sons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in-
struments and documents which the business of the Company may require, and to affix the seat of the Company thereto."
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
work is completed and accepted by the laity of Denton, Owner,
minimum insurance coverage as follows:
TYPE OF COVERAGE LIMITS OF LIABILITY
I. WORKMEN'S COMPENSATION STATUTORY
II. COMPREHENSIVE GENERAL LIABILITY
Bodily Injury $30U,000 $1,000,UOO
Each occurance Aggregate
Property Damage $10U,000
Each accident
III. COMPREHENSIVE'AUTOMOBILE LIABILITY
Bodily Injury $300,000 $1,000,000
Each person Each accident
Property Damage $100,000
Each accident
A. In addition to the insurance described above, the
Contractor shall obtain at his expense an OWNER'S
PROTECTIVE LIABILITY INSURANCE POLICY with the
following limits:
BODILY INJURY PROPERTY DAMAGE
$300,000 each person $100,000 each accident
$300,000 each accident $1,000,000 aggregate
Covering the work to be performed by the Contractor for
the City of Denton.
B. The contractor will furnish the Owner's Protective
Policy described above and execute the Certificate
described on the following page to the City of Denton
for its approval. Insurance must be accepted before
commencing any work under the contract to which this
insurance applies.
The City of Denton will be listed on all policies as an
additional named insured.
#0399c
CERTIFICATE OF INSURANCE
THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by
the company or companies shown below:
THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by
the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an
additional insured on the policy or policies referred to herein.
In the event of any material change in or cancellation of the policy or policies, the company or companies wilt mail ten (10)
days' written notice to the party to whom this certificate is addressed.
NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED
DATE:
r —1
REMARKS:
City of Denton Bid # 9607
901-B Texas St.
Denton, TX 76201
L Attn: John J. Marshall, C.P.M. J
Purchasing Agent
NAME AND ADDRESS OF INSURED:
Insurance Company
Type of Insurance
Policy
Number
Effective
Date
Expiration
Date
LIMITS OF LIABILITY -
Workmen's Compensation
Statutory
and
Employers Liability
Employers Liability Limits—$100,000
Comprehensive
Bodily Injury
General Liability
$ Each Occurrence
Aggregate Products
- -
-
$ & Completed Operatio
Property Damage
$ Each Occurrence
$ Aggregate Operations
$ Aggregate Protective
$ Aggregate Contractual
Aggregate Products
$ & Completed Operatio
Comprehensive
Bodily Injury
Automobile Liability..
$ Each Person
$ Each Occurrence
Property Damage
$ Each Occurrence
`Absence of any appropriate entry means no such insurance is in force.
NAME AND ADDRESS OF AGENCY
—Covers all owned, non -owned or hired vehicles.
PRONE NUMBER OF AGENCY
Authorized Representatives of the Insurance Companies referred to above
INSURANCE CERTIFICATE
This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This
Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date
shall first occur.
This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. 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 listed is subject to all the terms of such policies.
NAME AND ADDRESS OF CERTIFICATE HOLDER
EFFECTIVE DATE OF THIS CERTIFICATE
June 11, 1986
ISSUED AT
City
of Denton
Sherman, Texas
Texas EmPLoyeRS
Purchasing Department
901-B Texas Street
InsURance Associarlon
Denton, Texas 76201
Texas EmPLoyeRS
Attn: John Marshall
inoemnlTY company
EmPLOYeRs ca SUa LTY
-- - - company- --- -----
NAME AND ADDRESS OF INSURED--- ----------- -- ---- -- -- --- -"-
'-'---
EMPLOYeRS NaTional.
insURance company
Dickerson Construction Co.,
Inc.
ETTIPLOYeRS Ca SUaLTY
P.O.
Box 181
CORPORaTion
Celina, Texas 75009
EmPLOYeRs NaTIOnaL
InsURance CORPORarion
EMPLOYeRS OF Texas
LLOYD'S
BY ( thor'zed pre ,entative)
(Signed)
(Typed)Bob Sims, Dist. Mgr.
INSURANCE
IN FORCE
Expiration
LIMITS OF
LIABILITY NOT LESS
THAN
Farh Perron
ter FmptoYeel
Faeh Aaidam
le, oau,rame)
a qr Pelwl
e
Dale
STATE AND
LOCATION OF OPERATIONS
Polley Number
Kind
Per Pelay /revi.iem
Per Polk, Preel.lem
Item 1
Cavemgs
Fully Complies With Requirements of
Texas Werkori Compensation Law
d -d
Part I
73073
u v
STATE OF TEXAS
Disease Only
Disease Only
d
Coverage
lank
$500,000
$5009000
o` E
3
part II
And Renewal
d Renewal
-
If Blank -g
Sea
UARAW
$500 000
r
Item 3
Covert,
Fully Complies With Requirements
State Law
rt
Part I
N/A
of
y
Disease Only
Disease Only
-[ u d.
3If
Covsmge
Part TO
AnTheraefal
Blank -
See Heading
§100,000
$100,000
$500,000
Item 3,
a d o
Bodily
Injury
827336*
f
XXX
S
500,000
S
Products Only
U.S.A. ITS TERRITORIES OR
1' . Sr
° E -
And Renewal
if Blank -
POSSESSIONS AND CANADA
Preparry
CO
fined Sin
e L mit
d U°
Damage
Thereof
See Heading
X X X
S
f
e
1°y L
Bodily
Injury
NSA
f
_
f
Net
Applicable
TERRITORIDA
PUOSSESSITONS AND CANAS
ado
Property
Damage
And Renewal
Thereof
If Blank -
See Heading
x x X
f
Net
Applicable
Ilam 5
S
f
f
Umbrella
654277
}i}Q:X
XM
Liability
And Renewal
If Blank -
Thereof
Sea Heading
f
f
f
Item 6
f
S
f
And Renewal
Thereof
If 81ank -
Sea Heading
1f
S
S
REMARKS *Policy Includes Blanket Contractual, Products & Completed Operations
BID #9607 CIP Utilities; State School Water Line
TECO 179P3 0-1$4)
DATE
M PRODUCER
William H. Ratz & Associates
2925 Briar Park, Suite 150
Houston, Texas 77042
Phone (713) 953-0250
INSURED
Celina Ready -Mix, Inc.
P.O. BOX 181
Celina Texas 75009
I
I
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.
I COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER
COMPANY B
LETTER
COMPANY C
LETTER
COMPANY p
LETTER
COMPANY E
LETTER
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
JNTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTN
[ES DESCRIBED HEREIN IS SU13JECT TO ALL THE TERMS, EXCLUSIONS,
CO
I LTR
TYPE OF INSURANCE
POLICY NUMBER
PDLICY EERCINE
DATE IMMIDNY'1T
POLICY EXPIRATION
DATE (MMM(Yffl
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
GENERAL
LIABILITY
E FORM
COMPREHENSIVE
PREMISESIDPERATIONS
UNDERGROUND
EXPLOSION IT COLLAPSE HAZARD
PRODUCTSICOMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
BODILY
$ •P
$
PROPERTY
DAMAGE
$
$
BI A
COMBINED
$
$
PERSONAL INJURY
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRN. PASS)
ALL OWNED AUTOS (OTHER THANPRIV. PASS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
-
SWB 017707 Liab.
EAL 554341 Excess
9-1-85
9-1-85
9-i-86
9-1-86
BOORY
NIXIY
(PER PERM
$
r'Y:K
,•
• `h'
W,
a;
C
us:+yi
•'I" y�o
.,
Kay
WFR
X
PROPERTY
DAMAGE
$
BI 6 PD
COMBINED
$
- -
EXCESS LIABILITY —"---__— --
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS' COMPENSATION
AND
EMPLOYERS' LIABILITY
-
-- -
BI AED
COMBINED
STATUTORY
$
$
I,+. .
$ TEACH ACCIDENT)
is (DISEASE -POLICY LIMIT)
(DISEASE -EACH EMPLOYEE) .
OTHER
DESCHIPTIUN OF UV[F1nIIUNSILtn:nlnlrvJlvcn;a.�cyarc..;n.. nano
BID #9607 CIP UTILITIES STATE SCHOOL WATER LINE
City of Denton
Purchasing Department
901-B Texas Street
Denton, Texas 76201
Attn: John Marshall
SHOULD ANY OF THE ABOVE OESCRI13ED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALLIMPOSE NO OBLIGATION OR LABILITY
OF ANY KIND UPON THE COMPANY LLS AGENTS OR REPRESENTAyIVES.
iTu mimn ncPHFSFNTATIVVVEF/ jr
William If.
DICKeesoA) &A/s7;
WENT
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
For the Construction of
State School Road Water line
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 ana
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.
P - 1
It is understood and agreed that the work is to be completed in
full within sixty (60) 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
State School Water line
BID NO. q(,()7
PO NO. 7,1316
BID TABULATION SHEET
ITEM DESCRIPTION QUANITY UNIT UNIT PRICE TOTAL
I I I I I
2.12.5-A 1 14• Concrete cylinder or 1 2,705 I LF I $in /LF
I I I 1 s„ I
2.12.8 1 Cast Iron Fittings I I LBS I $ Z, ' /LBS
2_.12.20-AI 6" PVC water pipe I 23 I LF I $ ZQ y /LF I 460. °-
2.13.1-C
I
1 6" Gate valve 1
8
I EA
I $ 350.0, %EA 1
Z ,lino,
2.13.2
I I
1 1 Air release valve I
2
I
I EA
I I
I $ /EA I
1 (14 • line) I
I
I 5W.0!
I I
I
2.14
1 6 "Fire Hydrant 1
4
1 EA
I I
I $6%." /EA
3-B
I Remove Curb and Gutter I
8
1 LF
I $ Zc.°�/LF
3-C I
I I
Remove concrete sidewalksl
95
I
I SY
I I
I $ /SY I
�p
I and driveways I
I
I LS ` i
Z 575,
I
5.7-B
I
I Type D Asphalt Patch I
30
I
I Tons
I I
i $ Sac`/Ton i
2"100
7.4
I I
1 Concrete Encasement I
5
I
I CY
I ,�_ I
I $ 10. /CY I
35o,°=
8.2-A I
Concrete Curb and Gutter I
8
I LF
I $ 10. /LF
I
8.3
I
I Type A concrete I
95
I
I SY
i I
1 $ /SY 1
I
(driveways and parking I
I
I I
I
lots)
I
SP - 2 I
I
Concrete Sawcut I
420
I I
I LF I
I
$ 5.../LF I
Z,/00.��
SP - 8
1121 Cap I
1
I EA
I $ i5o /EA I
/Su.
1612g
�ofN/
75,, Z Y
P - 3
11ternate
State School Water line
BID NO. 9607
PO No. 73316
ALTERNATE
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANITY
UNIT
UNIT PRICE
TOTAL
I
2.12.5-A 1
14' Concrete cylinder or
I
1 715
I
1 LF
I
1 $
I
I
I
ductile iron pipe
1
I
gi•/LF
I (W• —
1 14, L2a.
2.12.8 I
Cast Iron Fittings
I
I LBS
I $ Z. /LBS
I -�
2.12.20-AI
6' PVC watermain
I 5
I LF
I $ Gam• /LF
I
2.13.1-A 114'
Gate valve
I
I 1
I
I EA
I
i $ /EA
I
I
I
1
I
I ISLo,° �
I
ar
I I I I I
2.13.1-C 1 6' Gate valve I 2 I EA 1 $ /EA I
1 I I I 35*0," I '&o,`
I I 1 1
2.13.2 1 14' Air release valve I 1 I EA I $ /EA I
I (Alternate only) I I i $oo. I Soa
I I I I °„ I �,
IA 1 6' Fire Hvdrant 1 1 1 EA I $ LSu. 7EA I 4Su
H
-}ofA I
%EA I ZSo• oe
I
/EA 30, °=
13 o b z,�-
1612g
P - 4
TOTAL BID PRICE IN
BID SUMMARY
N \/ - IVC OJ 1A .V � WJ WJ.V
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.
DIC KcIL YJN l/j'ia 1�.�C�.
CONTRACTO !�
BY
Street Address
City and State
Seal & Authorization
(If a Corporation)
P - 5
2�v— 3�az-L�L3
Telephone