Loading...
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