Loading...
1988-1180923L NO !J o~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR THEREFOR, IANDO PROVIDING PROVIDING OR AN FOR THE EXPENDITURE OF PUBLIC 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 cons truct~n public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9848 National Electric/Aptus 31,264 026 83 37 00 9873 9875 Landmark Company Dickerson Construction Company , 93,004 25 9876 Dickerson Construction Company 12,145 00 SECTION II That the acceptance and approval of the above compet t ve s shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice contract nand Bidders of gperthe formance yandepayment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute a necessary written contracts for the performance of construction the o h works or improvements in accordance with the bids accepted cand approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above compet t ve s and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective imme ate y upon its passage and approval PASSED AND APPROVED this the 19th day of July, 1988 STEPHENS, MAYOR ATTEST NI LTER , CITY SECR T Y PPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY L PAGE TWO DATE July 19, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BIDM 9848 DISPOSAL OF PCB TRANSFORMERS RECOMMENDATION. We recommend this bid be awarded to the lowest bidder meeting speeciTiications, National Electric/Aptus of Coffeyville, Kansas The total cost of the disposal service is $31,264 37 SUMMARY This bid is for the legal disposal service for 71,117 lbs of PCB con 5-mTnated transformers The lower price offered by Chemical Waste Management, Inc did not Include-safety requirements and liability Insurance BACKGROUND. Tabulation Sheet PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED. Electric Utility - Distribution FISCAL IIVACT 1987/88 Budget Funds Account Number 610-080-0251-8339 Respec Ily ubmit ad Lloy V Harrell City Manager 7epared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved Na Jo arsholl, C P M T la_ rchasing Agent 1 ~ l i 9 1 m N I I r y I nl 1 n. 'O TI OI O 1 ~ I QI TI 1U1 I 1 8 1 p i ~ _ y 1 1 I 1 1 I I I m '1 I I I I 1 1 I 1 1 ~ V i i 1 1 I i i I I e~ 1 1 I ml 1 NI b N T` d ti 1 1 ml I NI I IJI ? NI m 191 ~ I 1 i ~ I q m 1 r I T 1 I ~1 1 ml 1 NI 1 1 NI OI ,y 1 T I ~1 1 TI x s 1 m m ~ i . .1 a 1 1 i ~ i ya y 1 1 1 1 '.OI s N ^ ~ I 1 1 I 1 1 I 1 1 C! qq.. T } ~ ~ T v ' N N ~ ~ ' r °Ifo i i ti + b ~ 1 i ~ 1 1 ~ n n o 1 j N ! I Z 1 y ' N V N V b I 1~ ' ~ L"1 C 1 ~C r- O p ~ ~ 1 T y V N I 1 I - N N +1 1 T t 1 ~ ~j ti r W m j ~ p 1 O 1 N rI ID G W N 1 ~ ~ r. ~ N N 1 I I I 9 ~ 1wr N m C I m 1 C~ 9' r. ..pp W m N +NG m oo 1 1 O N .9 'O S 1 1 W N i b I ~ 9 i b 1 0 I ~ 1 ~ 7 r m m 1 i 1 L 1 u i m i m A yy~pr i ~ 1 < -t N ~ N ~ c7rS g i ~ T N Q O ' 1 :A 1 9 4 m zy cril i ~ y r DATE July 19, 1988 CITY COUNCIL REPORT TO: FROM: SUBJECT Mayor and Members of the City Council Lloyd V Harrell, City Manager BID# 7873 PHOENIX APARTMENTS REHABILITATION PHASE III REC0MMUDATION: We recommend this bid be awarded to Landmark Co Contractors for the total sum of $83,026.00 SUMMARY- This bid was sent to twenty-two vendors We received only one t ass own. We have- In our estimate and evaluation considered this bid, his past performance, the fact that he has been very competitive and has completed this type of work before We feel by contacting some of these vendors that they have contracts in progress or that they do not desire this type of work We then recommend this competitive bid be accepted BACKGROUND' Tabulation sheet Memorandum from CDBG PROGRAMS. DEPARTIO:IITS OR GROUPS AFFECTED: CDBG Funds approved for this project the income from the apartments and the public FISCAL IMPACT. These Is no additional impact on the General Fund Respectfully submitted o Harrell City nager Prepared by P M kfimmel Marshall, C t urchasing Agent Approved J n J Marshall, P M 8 1@ ra. Purchasing Agent b m N C' N ? N N 1 I m 1 ~ II 1 I r r r r r r r r r o c r~ 0 0 0 0 0 0 0 i 1 i r a_ r .Ty ~ p y I Z r ~i~i~ oQ ~ '.O H N ~ la H_ ASVv I UTf 1 r R ~ ~ ~ ~ O ~ y i '9 yl OI DI OI ZI 41 $1 CI ~1 ~I 1 rl ur,. 1 I m i 1 WI 1 z rni m~ ~ r•i I ml I 1 N 1 I y~ ~ 1 T 1 I W w w w N 1 y 1 O a N IO N I j i4 - I I 1 j 1 I 1 I I ~ I O 1 I I I c e I 1 1 i 1 1 i i CITY of DENTON CDBG Office 110B West Oak Denton Texas 78201 (817) 588$480 MEMORANDUM TO John Marshall, Purchasing Agent FROM Barbara Ross, C D Coordinator DATE July 7, 1988 SUBJECT Bid # 9873 CDBG would like to accept the bid of $ 83,026 00 from Landmark Company for the rehabilitation of the Phoenix Apartments, Phase III Please call me at extension 8480 if you have any questions Thank you Arbara Ross C D Coordinator br/7/7/88 In'The American TTa e 'on The Comity Development ffiock Grant- Illeeu needs at home. ~«ylghborhood. STATE OF TEXAS COUNTY OF DENTON ) CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this 22 day of JULY A.D., 19 88, by and between The City of Denton, Texas of the County of Denton and State of Texas, acting through Lloyd V. Harrell, City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Landmark Company ` i P.O. Box 828 525 North Locust Street of the City of _ Denton County of Denton and state of Texas Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of' the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the. bonds .bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9873 - PHOENIX APARTMENTS RFUean ITATION PHASF I PURCHASE ORDERS 85288 $83,026.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools,. superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or I CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by The City of Denton. Texas , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the, Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. TERS y OF ATTEST: i1ji- APPROVED AS TO FORM: i y Attorney CA-2 V. HARRELL / . - CITY MANAGER (SEAL) THE LANDMARK COMPANY Party of he Seco art, CONTRACT By tle (SEAL) 0044b TheT'rini Companies Dallas. Texas 75201 Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. TEXAS STATUTORY PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Gainesville Construction Company Inc DBA Landmark C'omnanv (Hereinafter called the Principal), as Principal, and Security National In uran Company Dallas, Texas, (Hereinafter called the Surety) as Surety are held and firmly bound unto The Citvof Denton Texas (Hereinafter called the Obligee,) in the amount of Eighty- rep hQ11sand tio, i-r-t; and Nnlli00 -(Dollars) 83,026.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28 day of July 19 88 to remodel the Phoenix Apartments Phase III, #9873 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. -NOW,-THEREFORE; THE-CONDITION=OF-THIS-OBL-IGATION-IS SUCH-,--That if-tfie-said`Pfinci aal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on thisbond shall be determined in accordance with theprovisions of said Article to the some extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this291h day of July , 19 88- Inmm~ t Vy'' rr\onmwlyyn nm°rno. 40 i ll !-:SEAL:o= SEAL'A 6~s, ♦ ire b 3';;.,_ g:; :'~a ~ , , l V^ '~nmllllnn\N~ 'n~4nlmpyY\\U0 S-3561 Gainesville Construction Company, Inc. DBA Landmark Company ICIPALI ;fly G. Reed, President S 'ty National uranc~a / Company / I By: ATTO N V-IN-FACT David fight TheTrinity Companies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint DAVID R. WRIGHT OR E. E. WRIGHT, JR. - GAINESVILLE, TEXAS its true and lawful Attorney(s)-in- Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR 1. Open Penalty bonds. 2. Bonds where Attorney(s) - in- Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 31ST day of MAY 19$$ E ARY-V -VICE PRES. MG. DR WERT, PRESIDEN/. AUTHORITY FOR PO That TRINITY UNIVERSAL INSURANCE COMPANY each a Texas Corporation and TRINITY UNIVERSAL Corporation, in pursuance of authority granted by the Directors on the 1st day of March, 1975 and of w "R and SECURITY NATIONAL INSURANCE COMPANY, INSURANCE COMPANY OF KANSAS, INC., a Kansas certain resolution adopted by their respective Board of ich the following is a true, full, and complete copy: _SOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residina within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney-in- Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fact and Officers of the Companies, Including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may he fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized.' ' CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation {t this v V ~ ~ doy of ~immmm aarviiuytni Wrynmmu Z ////-~~19 ~L~1 ~ --SEAL= =`SEAL:_ E FA GAN, CORP. SEC R ET ARV Ox'wstirs 'nemmnm B-3894 NEV. 3-82 rTheTnnit a r. Companies Dallas. Texas 75201 - Trinity Universal Insurance Co. Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. TEXAS STATUTORY PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Gainesville Construction Company Inc DBA Landmark Company (Hereinafter called the Principal) as Principal and Security National Insurance Company Dallas, Texas, (Hereinafter called the Surety), as Surety are held and firmly bound unto - The City of Denton Texas (Hereinafter called the Obligee), in the amount of Eighty-three thousand twenty-six and NO/100---------------------------------- (Dollars) 83,026.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28th day of July 19, 88 to remodel the Phoenix Apartments Phase III, #9873 which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied at length herein. - NOW, THEREFORE, THE-CONDITION OF -THIS OBLIGATION IS SUCH,-That if tfie sdid'Principa shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, That this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the some extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of July 19 88 pSlll15 Ypp101y..... ~ lplllpp4,,,,y so ~ l1n G ;~A . a:: pe ,o O4< SEat,'; 'SEAL? = =SEAL`:= P IIIPIIIIIA~ S-3562_ Gainesville Construction Company, Inc.: DBA Landmark Company RIN cIPA LI Billy G. Reed President rity National' Ins ce Company By: - IVAv' ATTORNEY-IN-FACT David R. right TheTrinity CVCompanies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint DAVID R. WRIGHT OR E. E. WRIGHT, JR. - GAINESVILLE, TEXAS its true and lawful Attorney(s)-in- Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR 1. Open Penalty bonds. 2. Bonds where Attorney(s)-in-Fact. appear,as a-party at interest.. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 31STda~y of MAY 1988 ARY-V IT CE PRES,MMMG. DR WERT, PRESIDENT AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the lst day of March, 1976 and of which the following is a true, full, and complete copy: "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residina within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its At torney- in- Fact, with fall power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or uudertakiucs and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fact and Officers of the Companies, inducing Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as env resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the forecoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation this 14 t day of U 19 Zy_ In twnlnnyly4 uvumiuyo ' 2_«lIMS 3n..:"s~r'r od~s.iioff`go~+ f2 .as a 1 _ -'SEAL UDITH E. FAGAN, CORP. SECRETARY _ SEAL;_ g vJ , M'~Mnunnoto~ ~'~nmmn9~ B-3894 REV`` 82 - - or l ISSUE DATE (MMIDO"- 8; PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND J. Paul Morgan Ins. , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 796 O . . Box Gainesville, Texas 76240 COMPANIES AFFORDING COVERAGE COMPANY A - merican General Fire & Cas. - LETTER COMPANY A t C lt & S t e na asua y ure y B LETTER INSURED Gainesville Construction Co., OMPANY C dba Landmark Co C . P.Q. Box 137$ COMPANY D Gainesville s 76240 Tex LETTER , a COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW H AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF A NY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE P OLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI. TIONS OF SUCH POLICIES. _ _ _ , _ - - - - - - - CO E N BER POLICY EFFECTIVE PRICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR TYPE OF INSURANC POLICY UM DATE (W&OCA'Y) DATE (MWDDMT EACH OCCURRENCE AGGREGATE GE NERAL LIABILITY BODILY A X COMPREHENSIVE FORM GL393729f2 - 3=1-88 3-1-89 INJURY $ $ PREMISESIOPERATIONS PROPERTY UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD DAMAGE $ $ PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL CBI & PD OMB NED $500 $1,000 INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ - A UTOMOBILE LIABILITY BALM ANY AUTO INJURY (PER KRSO'+I ALL OWNED AUTOS (PRIV. PASS) RXAY A X ALL OWNED AUTOS (OHERPT~) PRrV GL19373141 3-1-88 3-1-89 (PER ~Im $ . HIRED AUTOS PROPERTY NON-OWNED AUTOS - DAMAGE $ 1 GARAGE LIABILITY BI a PD COMBINED $500 EXCESS LIABILITY X UMBRELLA FORM UB68433094 3=1=88,° ~3-1'=89 y ~M6 RD BNED $1000 $1000 --OTHER ;THAN UMBRELLA FORM - ;PL< ' ' f STATUTORY B COMPENSATION WORKERS 1$QT15227CAA 10-9-$7 1Q-9-$$ $1QQ (EACH ACCIDENT) AND ' $ 500 (DISEASE-POLICY LIMIT) EMPLOYERS LIABILITY $100 (DISEASE FACN EMPLOYEE) OTHER A Builder's Risk EC27243328 2-1-88 2-1-89 83,026.00 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS City of Denton is additional insured. The City of Denton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 215 E. McKinney MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Denton, Texas 76201 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT ' CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNI'" INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The i cementing rules and regulations provide that any bidder or prospective contractor, or any of their propr_ed subcon- tractors. shall state as an initial part of the bid or negotiations of the contract whether it has pt cipated in any previous contract or subcontract subject to the equal opportunity clause: and. if so, wheth. t has tiled all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under ,licable in- structions, such bidder shall be required to submit a compliance report within seven calendar c "!s after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER - NAME AND ADDRESS OF BIDDER llncluoe ZIP COON ,ZS- ~/O 7L~j ~O ul f ~f f 1. Bidders participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes ❑ No 2. C ompl~iance reports were required to be filed in connection with such contract or subcontract. . _ L"' Yes ❑ No 3. Bidder 1 ed all compliance reports due under applicable instructions, including SF-100. Yes ❑ No ❑ None Required 4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? - Yes ~~NO - NAME AND TITLE OF R /Plea" type/ / / 1 SIGNATURE DATE erm HLJ0 f.18. w•I, ...<n HUD-950A 111.781 C-1 SAMPLE CERTIFICATION OF BIDDER REGARDING SECTION 3 AND SEGREGATED FACILITIES 7~I/7lii'9 ~l Name of Prime Contract r Project Name t' iinc~~ Pr umber The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and.submitted as part of the bid proceedings (if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained. Signature D e C-2 CONTRACTOR Section 3 Plan Format agrees to implement the following specific affirmative act on s directed at increasing the .lira ion of lower income residents and businesses within the City of 4C,~;, eq A. To ascertain from the locality's CDBG program official the exact boundaries of the Section 8 covered project area and where advantageous, seek the assistance of Local officials in preparing and implementing the affirmative action plan. B. To attempt to recruit from within the city the necessary number of lower income residents through: Local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within or serving the project area such as Service Employment and,Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, Homerown Plan, or the U.S. Employment Service. C. To maintain assist of all lower income area residents who have applied either on their own or on referral from any source, and to employ such persons, if, otherwise eligible and if a vacancy exists. ND. To insert this Section 3 plan in all bid documents, and to require all bidders on subcontracts to submit a Section 3 affirmative action.plan includi! utilization goals and the specific steps planned to accomplish these goals. ~E. To insure that subcontracts which are typically let on a negotiated rather than a =i.d basis in areas other than Section 3 covered project areas, are also let on a negotiated basis, whenever feasible, when let in a Secticu 3 covered project area. F. To formally couLact unions, subcontractors and trade associations to secure their ccooperation for this. program: " G. To insure that all appropriate project area business concerns are notified of pending subcontractual opportunities. H: To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. I. To appoint or r.:cruit an executive official of the company or agency as Equal Opporti!nity Officer to coordinate the implementation of this Section 3 ;-Ian. *Loans, grants, contracts and subsidies for less than $10,000 will be exempt. C-3 J. To list on Table A,'information related to subcontracts awarded for the three year period preceding date of this bid submission. K. To list on Table B, all projected workforce needs for all phases of this project by occupation, trade, skill level and number of positions. As officers and representatives l _ (Name of Contractor) We the undersigned have read and fully agree to this Affirmative Action Plan, and become a party the full implementation of this program. gnature Title D e Signature Title Date C-4 BID # 9873: PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE, REHABILITATION OF PHOENIX APARTMENTS:. PHASE 3- INi DENTONy,TEXAS The. undersigned, as, bidder:,, declares: that the only person or: parties: interested im this proposal- as principals: are those,. named herein>, that this;proposal is. made without. collusion. with any other person, firm, or- corporation; that he has, carefully, examined:the form~of,-contract,, Notice to Bidders, specifications: and the plans. therein referred: to,. and. has; carefully examined the locations:, conditions',: and- classes: of- materials of the: proposed work.and--agrees.that:he will provide: all the necessary labor,: machinery„ tools,. apparatus,, and, other: items. incidental- to, construction,: and' will do: all. the. work; and' furnish aa11 the materials: called' for in. the: contract and specifications: ins the> manner..- prescr:ibe& herein: and; according: to: the: requirements, of. the. City, as therein. set. forth., It is: understood- that. the following: quantities: of work, to be, done at unit. prices• are approximate only, and are, intended principally torserve as: a. guide in; evaluating bids.. It is agreed that the quantities of work to. be done. ati unit prices: andi material to be- furnished: may be. increase& or, diminished` as, may, be considered: necessary, in the> opinion, of`the City;:. to, complete the. work fully as planned, and' contemplated`, and'that.all.quantities of work whether increased or decreased: are to be:- performed- at the! unit prices; set- forth: below except as_provided:for ia:the:specifications.. It is .f"urther., agreed that lump -sum- prices. may, be: increased to, cover additional`-work:. ordered: by- the, City,. but not. shown on the, plans' or. required', by-the specifications, in accordance with the provisions:. to the_-* Conditions. Similarly, they may be decreased,to cover deletion of work so ordered`.. It is understood- andagreed that: the- work. is to be completed in full within the number of, work. days: shown on the bid.' tabulation. sheet... P. -1 1 Accompanying this, proposal is, a certified: or cashier's, check or Bid:Bond, payable.to.the Owner,, in the amount of five percent of the total bid. It is- understood: that the bid= security accompanying this.. proposal shall lie returned to the. bidder, unless: in case of the, acceptance of. the proposal, the bidder, shall fail to execute a contract and'fi-14 the neceaaryr Insurance: certificates.. within fifteen days after, its: acceptance,, in which: case the bid' security shall become the: property of the Owner,, and shall be considered' as a~ payment for damages due to delay and other inconveniences:suffered'~by the: Owner: on. account of such failure. of the bidder.. Owner reserves the. right. to reject: any-and all bids..-. Owner may.- investigate= the, prior, performance of: bidder: on other contracts,- either public- or, private, in- evaluating- bid' specosals. Sold, bid d' r alter:,. change,; or. qualify, any bidder. • Owner may automatically disqualify The undersigned' hereby proposes and agrees to; perform: all work: of, whatever nature.:required,. in strict. accordance: with the plans .and: specificationsy, for' the following; sum, or- prices,: to: wit: P - 2. ~16.,,, 701.3 BID PROPOSAL PHORNIx APARTMENTS ITEMS. 1. Carpet. interior. stairways. with commercial. grade carpeting on units listed below:: 9-4,bedroom-units as.follows:- #59-63 and 21-24 28-1bedroom units,as follows:: #9-20,.25-38, 64-65 58-3 bedroom, units: as,fo11'owa: #1-8',;39-58,:148-177 All-, two: andzthree.: bedroom,. units will. measure. the; same... Pour bedroom units, will' iequize.more.,carpeting.. The bidder, will' only need: to: measure,, ones two bedroom, and: one; four bedroom,•in order to• determine total,square yards needed:. s, 229: oy Total Item 1. Z Paint'.all interior walls,. ceilings",.trimrand cabinetry in the following: units:: Apartment #i 5,. 10,. 19,• 23',,. 36, 40, 45,. 54-,. 55', 56,. 60', 68, 71„ 761 84, 87,,.. 88,.. 90',. 97,, 101;:. 111,, 11'4'„ 119, 122,. 130',: 131, 149, 156, 166,, 167, 169'1: 172,. 176', 177:.:. Thirteawof the above: unita are> three= bedroom. studio. Ten. of` the above- units:• are: two. bedroom, (sincluding; studio, and:. flat)., Two of.the.'above units:.are four bedroom^studio-.. Eight of the above units-are one bedroom. Thirty-four,units.total to=be painted: s; .26 Ooo . d !57e7 Total tem:2. 3.. Install'.1/4.•'asbeatos=board: with-. 26" gauge sheet metal cover. to protect. door.-at.hot- water: heater. c_loset.in4units,148-177.. a o Total Item 3: *4. Replacefles line:-to'=A/C with.approved.vinyl connector type and rewire: to-code where necessarv.. Total. item 4. *5.. Check smoker detectors- in, all units.- " - Total Item 5 - ' P-3 y Page- 2 *6.. Install sunscreen-on all windows. See Apartment. Manager for color/shade.. $ ~ ~i io ~COSS To al Item 6 *7. Check.all.windows,. All windows should open easily and close securely.. S ~SD/7.00 Total.Item-7 *8.: El'ectrical' Check! all.- attics for• proper wiring' ands repair any open, splices~ and: install. in: boxes: where required by coder $ %i4. s--rI oo. Total Item-8, *9:, Plumbing; - Performi an: air: test. on. gas piping; for each building:.. Replace two hot: water heaters to.code in.north utility building.. $ /S_ 2 ao: 0 0 Total: tem.9 *10.. Extermination.of:all.building for.roaches, ants,. and rodents:. /2 7. ®O Tota(l 10. *NO' WORK" IS- TOE BE: COMPLETED` ON' BUILDING- #500.. THIS. BUILDING' IS: IN THE' PLOODWAY AND WILL. NOT.` BE INCLUDED INS THIS. PROJECT Total'Bid:Amount 29489_ . P-4` BID ' SUMMARY TOTAL. BID PRICE IN: WORDS /71 B i d 9873 In the, event. of the, award of a- contract. to. the undersigned, the undersigned agrees to, secure proper compliance' with, the- terms and provisions of the. contract,. to insure and, guarantee the• work untie finaF completion-and acceptance,- an& to guarantee payment for all, lawful: claims, for. labor performed:-and, materials furnished im the fulfillment of the: contract.. It is, understood' that the. work. proposed: to be done shall be accepted, when fully -completed-. and finished' in- accordance with the plans and, specifications,, to the satisfaction: of, the inspector.. The undersogned- certifies. that the bid prices, contained im this proposal have been carefully checked: and=are submitted as, correct and final. Unit. and', lump-sum, prices. as shown; for each item- listed, in, this. proposal,. shall control. over. extensions. CONTRACTOR. 1 71, _JIe-cT X20/ Seal & Authorization- (If a. Corporation), P=5' DATE July 19, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM. Lloyd V Harrell, City Manager SUBJECT BID# 9875 LOOP 288 WATERLINE CASINGS RECOIMIENMJION We recommend this bid be awarded to the low bidder, Dickerson Construction Co for the bid amount of $93,004 25 SUMMARY This bid was properly advertised and invitations were sent to twenty-five contractors in this type construction We received two bids as shown on the tabulation sheet The above bis is competitive and in line with our estimates This bid was presented to the Public Utilities Advisory Board at their meeting, July 14, 1988 and approved BACKGROUND Tabulation sheet PROGRAMS DEPART14ENTS OR GROUPS AFFECTED. this protect needs to be completed before another Loop 288 project is started the Utilities Department, Public Works Department and the Citizens of Denton will be affected FISCAL IMPACT. There is no additional impact on the General Fund Respect ily submitted v loy V Harrell City Manager Prepared by ars as itle Purchasing Agent Approved m n ars a C PTA e JTi t l a Purchasing Agent i n 1 n l i r 1 0l I 1 GI 1 I I 1 1 1 ° 1 I Ni G i 1 ` d 1 I WW Iy ° m ! ' I y 1D "l 1 T I .A d p y ~ m i = i P i a ce fO v y~ ° i a i m ~ I ~ i 1 ml C!1 e zl I i ~ I ml i i i i r i +r <i poi m V V 1 N 1 UI I ml ml ~I ai poi r~ 1 1 i N N 1 O I ~ « 1 ~ I pn $ r4i O I I O 1 ~ ~ N 1 ~ I y ~ O - i N 1 _ O 2 . y I 1 m< pZ O j c 1 I < I I S I I I 1 1 x 1 I = 1 1 O 1 I ° I I 8Y-ffe CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 22 day of JULY A.D., 19 88, by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and DICKERSON CONSTRUCTION CO., INC. P.O. BOX 181 CELINA, TEXAS 75009 of the City of CELINA and state of TEXAS termed CONTRACTOR. County of COLLIN Party of the Second Part, hereinafter WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9875 - LOOP 288 WATERLINE CASINGS PURCHASE ORDER # 85287 $93,004.25 TWENTY WORKING DAYS and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost' and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b Y written explanatory matter thereof and the Specifications therefore, as prepared by JERRY CLARK, CITY ENGINEER , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or aftet the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: JENNIFER WALTERS TEXAS qfY E E ARY LL Y V. HARRELL CITY MANAGER (SEAL) ATTEST: DICKERSON CONSTRUCTION CO., INC. Party of t _be Second Part, CONTRACTOR By cr7i Ali itle (SEAL) APPROVED AS TO FORM: City Attorney CA-2 0044b Bond No# 30215955 parr _ PERFORMANCE BOND CWN ~Uft Y. . ~8p akm taw abt pNlcy. rf Y°y0B the d° film. mx"a 1110 S, mete a~d ofd °0C resobm )a+. my also rodoe ~ T t C. STATE OF TERAS ) ( Wy and !ammo a vice nue pwj~y Mme I a o COUNTY OF DENTON ) KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION Cn. TNC_ , of the City of CELINA County of COLLIN , and State of TEXAS as PRINCIPAL„ and Fidelity And Deposit Company of Maryland , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON. TEXAS as OWNER, in the penal sum of NINETY-THREE THOUSAND FOUR DOLLARS AND TWENTY-FIVE CENTS Dollars 93,004.25 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OVNEt, dated the 22 day of JULY , 19 88, for the construction of BID# 9875 - LOOP 288 WATERLINE CASINGS which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said princ ipal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie is DENTON County, state of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall is anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to.the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of July , 19 88. Dickerson Construction Co., Inc. Principal By Fidelity And Deposit Company of Maryland Surety Edward L. Moore Title ke, Title Attorney-In-Fact Address p.0. Box 181 Address 8810 Will Clayton Parkway Celina. Texas 75009 Humble, Texas 77338 214-382-2123 713-540-1555 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: TQ ggg,j _tog C+.rct A,/ Tnenranna 8810 Will Clayton Parkway um e, exas NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b Bond No# 30215955 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION CO., INC. of the City of CELINA County of COLLIN and State of TEXAS as principal, and Fidelity And Deposit Company of Maryland authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON, TEXAS , OWNER, in the penal sum of NINETY-THREE THOUSAND FOUR DOLLARS AND TWENTY-FIVE CENTS Dollars 93,004.25 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 22 day of JULY , 19 88 BID# 9875 - LOOP 288 WATERLINE CASINGS to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION-OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. . IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this ggthday of 'filly , 19 88 - Dirkarcnn Constrnrtion Cn_. Tnc. Principal Fidelity And Deposit Company of Maryland Surety By Title j4f Ci / 1116 u Edward L. Moore Title Attorney-In-Fact Address P.O. Box 181 Address 8810 Will Clayton Parkway Celina, Texas 75009 Humble, Texas 77338 214-382-2123 713-540-1555 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Flop; A AecnriatAa Snratr/Tnenranra 8810 Will Clayton Parkway HUME, Texas 77338 PB-4 0092b Bond No# 30215955 STATE OF TEXAS COUNTY OF DENTON MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT Dickerson Construction Co., Inc. as Principal, and C m of M r l nd _UaD a Corporation aut 11rize to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of NINE THOUSAND THREE HUNDRED DOLLARS Dollars 9,300.00 , 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DICKERSON CONSTRUCTION CO. INC. has this day entered into a written contract with the said City of Denton to build and construct BID# 9875 - LOOP 288 WATERLINE CASINGS which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction 'of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said n rbcrcnn ift9nrtinn oTnr_ as Contractor and Principal, has caused these presents to be executed by _ The City of Denton, Texas and the said _~9del;ry And Deposit Company of Maryland as surety, has caused these presents to be executed by its Attorney-in-Fact Edward L. Moore and the said Attorney-in-Fact has hereunto set his hand this 29thday of July , 19 88 . SURETY: PRINCIPAL: Fidelity And Deposit Company of Maryland Dickerson Construction Co., Inc. BY: Edward L. Moore Attorney-in-Fact MB-2 0093b The FIDELITY AND DEPOSIT COMPANY OF MARYLAND o D FIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES BALTIMORE, MD 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice-President, and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Ronald E. Elsey, Edward L. Moore and Bruce C. DeHart, all of Humb1 , Texas, H.......... t e true an aw u agent and Attorney-in-Fact of each, tom cute, seal. sliver, for, and on its behalf as surety, and as its act and deed: any and all bonds andr ertaki ,.EXCEPT bonds on behalf of Independent Executors, Community Surv' s and nity Guardians.. And t e execution of such bonds or undertakings in p cc of theents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if ad been scouted and acknowledged by the regularly elected officers of the respective Companies at their offfc altimore, d' in their own proper persons. This power of attorney revokes those issued ~4ehalf o onald E. Elsey, dated, November 19, 1986 and on behalf of BrucecSC\\lart, d, June 25, 1987. IN WITNESS WHEREOF, the said Vice-Pre~s""7.~'tt~gttgnts and at Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDEL,IDEPOSI'ANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this 21st --s. ay.wf- --December- - - - A.D. 1987 ATrE T~: ~ FI Y/AND IT GOMPA7 MARyLAN IX J W )i,-J~'SEAL I - r=---------------- By------------ sg, it Vice-President - FIDELIT AND DEP IT COMPANY rV^s~/y/, 'Y SEAL s ~YVrretr _ Assistant Secretary Vice-President STATE OF MARYLAND CITY OF BALTIMORE SS: On this 21st day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Offici yLrbeEtc ity o Baltimore tyear first above written. J.re - ota ublfc y~!uau~i My commission expires_111Y 1,_ 1990____ CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 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 29th --day of------------July---------------------- 19__88 170-2526 ----}~-------~F------- Assistant Secretary C~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS REVISED NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ISSUE DATE OF THIS CERTIFICATE EXTEND OR ALTER THE COVERAGE ~FL] ED BY THE POLICIES BELOW. SHOULD ANY OF THE POLICIES BE CANCE D BEF -RE THE EXPIRATION DATE THEREOF, August 11, 1988 THE ISSUING COMPANY WILL M DAYS WRITTEN NOTICE TO THE CER- ISSUED AT TIFICATE HOLDER NAMED: Sherman, Texas CERTIFICATE Q TEXAS EMPLOYERS' INSURANCE ASSN. • DALLAS, TX City of Denton Purchasing Division DQ TEXAS EMPLOYERS INDEMNITY CO. - DALLAS, TX 901-B Texas Street 2❑ EMPLOYERS CASUALTY COMPANY - DALLAS, TX Denton, Texas 76201 ❑ EMPLOYERS NATIONAL INSURANCE CO.•DALLAS, TX Job: Loop 288 Water Line Casing Q EMPLOYERS CASUALTY CORPORATION DALLAS, TX Bid #9875 EMPLOYERS NATIONAL INS. CORP. • DALLAS, TX INSURED O EMPLOYERS OF TEXAS LLOYD'S - DALLAS,TX Dickerson Construction Company ❑ P Box 181 0 . . Celina, Texas 75009 Authorized Representoli - (Signed) (Typed) Bob Sims, Distr ct'Manager THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDO TIONS OF SUCH POLICIES. TYPE OF INSURANCE CO. O POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE IMM/DD/YY) ALL LIMITS IN THOUSANDS ' STATUTORY ` WORKERS COMPENSATION 1 WC-08558* 03-05-88 03-05-89 $(fACH ACCIDENT) AND ' $ 500 !DISEASE POLICY LINT) EMPLOYERS LIABILITY 1 $ 500 IOISEASEBACH EMPLOYEE) GEN ERAL LIABILITY GENERAL AGGREGATE $ }1 COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPS AGGREGATE $ CLAIMS MADE FX 10CCUARENCE 3 CGL-82 7336 02-20-88 02-20-89 PERSONAL 6 ADVERTISING INJURY X OWNER S d CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE (ANY ONE FIREt MEDICAL EXPENSE (ANY ONE PERSON) AU TOMOBILE LIABILITY ANY AUTO CSL $ ALL OWNED AUTOS a Ar's r . FSF+~ SCHEDULED AUTOS INJURY (PER PERSON) ~ . 3a $ gn ~e x°d~rT~ ; HIRED AUTOS INJURY rs8z' ;fre,A & NON-OWNED AUTOS (PDT DENR $ n9n ~zx'e~n 'x&r~ GARAGE LIABILITY PlppEpry DAMAGE 'd ew"` E_s o EXCESS LIABILITY ash p EACH $ AGGREGATE $ Umbrella Liability. 3 UL-654277 02-20-88 02-20-89 1,000 1,000 OTHER THAN UMBRELLA FORM OTHER *Excludes Masters & Members of the Crews of Vessels City of Denton is Additional Insured cc: H.O. Assigned Risk Unit TECO17993-A (9-87) ® T , ISSUE DATE (MM/DDI PRODUCER WILLIAM H RATZ & ASSOCIATES IN IS ISSUED AS A MATTER OF ONLY AND CONFER I R S I E S F . , C. NO R GH T U PON H CERTI IC ATE DOES NOT AMEND E CERTIFICATE HOLD R. TH S 2925 BRIARPARK, SUITE 150 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOU STON, TEXAS 77042 PHONE: (713) 953-0250 COMPANIES AFFORDING COVERAGE COMPANY A OLD AMERICAN COUNTY MUTUAL FIRE INS. CO. LETTER Milton 0. Johnston & Co.) COMPANY INSURED 13 LETTER COMPANY Dickerson Construction Company, Inc, LETTER P. O. BOX 81 COMPANY Celina, Texas 75009 LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDL TIONS OF SUCH POLICIES. CO LEE TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE OATS (MMIDDIVE POLICY EXPIRATION OATS [MM RATI') ALL LIMITS IN THOUSANDS GE NERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS COMPIOPS AGGREGATE $ CLAIMS MADE ❑OCCURRENCE PERSONAL & ADVERTISING INJURY $ DINNER S & CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE (ANY ONE FIRE) $ MEDICAL EXPENSE (ANY ONE PERSON) $ AU TOMOBILE LIABILITY ANY AUTO CSL $ 9,. > ~ 500 ALL OWNED AUTOS BODILY 0 rd 1iw A SCHEDULED AUTOS TA 3 14 72 8 9/1/87 9/1/88 INJURY (PER PERSON) $ 's' k-y HIRED AUTOS BODILY INJURY ° NON OWNED AUTOS 2 mDENT) $ GARAGE LIABILITY PROPERTY T X SPECIFIED AUTOS DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE AGGREGATE $ $ OTHER THAN UMBRELLA FORM - ' STATUTORY _ WORKERS COMPENSATION EACH ACCIDENT $ ( AND ' i s _ (DISEASE POLICY LIMIT) EMPLOYERS LIABILITY $ (DISEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS RE: Loop 288 Water Line Casing Bid 119875 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- City of Denton PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 215 East McKinney MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Denton, TX 76201 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZ D REPWSENTATIVE WTT.T.TAM H l2ATZ A hSS(1C F.9 _ TNC_ v . M., %as a T VP unn j %jim PURCHASING DEPARTMENT ,.ATE: JULY 7. 1988 BID NUMBER: T 9875 BID TITLE: LOOP 288 WATERLINE CASINGS Sealed Bid Proposals will be received until 2:00 p.m. JULY 7. 1988 at the Office of the Purchasing Agent 901-8 Texas Street, Denton, Texas 76201-4229. BIDDER NAME: ~IckiA>aa Corti{.(70.114r, John J. Marshall, C.P.M. ADDRESS: ~jo( ial Purchasing Agent (817) 566-8311 C. C\% A, T MC4 Isco4 INSTRUCTIONS TO BIDDERS 1. Seated bid Propoesla must be received In dupfimte. on this form. Prior to opening date and time to be considered. Late proposals will be resumed unopened 2 Bids shall be plainly marked as to the bid number. nameof the bid. and bid opening date on the outside of completely seaied envelops, and mailed or delivered to the Purchasing Department. City of Denton. 901.8 Texas SL. Denton. Tx 78201. 1 Any submitted article deviating tram the specification must be identified and have full descriptive data accompanying some, or it will "not be considered. 0. All materials are to he quoted FOB, Denton. Texas, delivered. to the floor of the warehouse, or as otherwise indicated. 5. The city of Denton, Tame rats rvee the right to accept separate items in a bid unless this right Is denied by the bidder. G. In case of default after bid accag ance, the qty of Denton. Texas may at its option hold the accepted bidder or contractor liable for arty and all resultant. increased costs as a penalty for such default. 7. The City of Denton reserves the right to repeat. any and all bids; to waive all informalities and require that submitted bids remain in force for a a" IGM day period after opening or until award is made: whtchwar comes first. 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9. The Itss are to be priced each net (Packaging or sNppkq quantities will be catsidereda 10. The Purchasing Deparmert assumes responsibility, for the correctness and clarity of this, bid. and all Informatlen andlor questions pertaining to this bid shalt be directed to the City of Denton Purchasing AgenL 11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be Caution for dlsquallfiptlons. 12 The ccrMitions and terms of this bid will be considered when evaluating for award. 13. The City of Denton is exempt from all sales and excise taxes, (Article M.O") P-1 B I D # 9875 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF LOOP 288 WATER LINE CASINGS IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other- person, firm or corporation; that he has carefully examined the form of contract,- Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions,, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and" will, do all the work and furnish all the materials: called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to. serve as a guide-in evaluating bids- It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are-to. be performed.at-the unit prices set forth below except-as provided: for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Cityp but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 2 Accompanying this proposal is a certified or, cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a. contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall. become the property of the Owner, and shall be considered as a payment. for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts,..-either public or private, in evaluating bid proposals. Should bidder alter,. change, or qualify any specification of the bid. Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature requiredj, in strict accordance with the plans ,and specifica-tions,,for the following sum or prices, to wit: P - 3 • nVnA un1O Gu BID NO. 9875 Loop 288 Water Line Casings PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractor's warranties I I I I o t 91 I 1-A "-A--.-b--A4 I I r o 1 A. 'f `/r & 1 w e S= /rn 1 e. 24 /_2f Sa 1 1. 1 1 So I as 2.12.9 B I 30" Gage 10 Steel casing I 976.5 I LF i $ 41. - /LP 1 $ 4 I,Sof, - - t I I I l 1 I $ / I $ 8.1 I P I Rock Excavation- 4. 1 I 50I I CY I SQ" /CY I I $ Z Soo-o- I Barricades, Detours,- I I I I I SP-10 I Warning Signs: 1 I LS i $ ISo4's /LS 1 $ SP-37 I I Excavation Protection I I 1 58,665 I i SP 1 $ . hs /SP I I $ fgee. ir I I I I a I SP-39 I Project Signs I 2 I EA 1 $ .ZSo. /EA ( $ Soo, I I I I I ~r I I 1 I I I I I$ / I I$ I I I I I i $ / I I $ I I I~ I I I I I$ / I I$ I I I I I I $ / I I I I I I" I I I I $ / I I $ I I I f I I I I$ / I I$ I I I i I I I I$ / I I$ I I I I I' I I I$ / I I$ I I I I I I I i$ / I I$ l I- P R I h 1. I $ / I I $ I I - t I I I I I$ / I I$ I 1 I I I I I 1$ / I I$ I I I I I I I I $ / I I p-4 BID SUMMARY TOTAL BID PRICE IN WORDS 6011Atii a„~ In the event of the award of a contract to the undersigned, the undersigned will furnish a, performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed, and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been, carefully checked and are- submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this. proposal, shall control over extensions. D'-ck,R~o,, coN,E. fie. Iu~. CONTRACTOR BY lAr~L A Lr /8/ Street Address: b/"4,7eXAJ -ANO City and state Seal & Authorization (If a Corporation) o?i</-38z-aiz3 Telephone P - 5 DATE July 19, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9876 MULBERRY & CARROLL BLVD TRAFFIC SIGNAL CONDUIT RECOMMENDATION. We recommend this bid be awarded to Dickerson Construction Co Inc or the i of $12,145 00 SUMMARY This bid was sent out to twenty-five contractors that are doing this type of-"construction work We received only one bid We feel that this was such a small job that the others did not bid because of the expense ad moving their equipment in for a small job did not make it competitive This is however a competitive price because Dickerson Is already In and doing jobs for the City and they can complete this one In conjunction with the others BACKGROUND* Tabulation sheet Memorandum from Jerry Clark PROGRAMS DEPARTIMS OR GROUPS AFFECTED Traffic signal Installation, traffic flow and the Citizens from Denton FISCAL IMPACT There is no additional impact on the General Fund 4LloV t u11/y/submitted v Harrell City Manager Prepared by JTai m o n J Marshall, C P M tle Purchasing Agent Approved 4ame ohn J Marshall, C P M Title Purchasing Agent I i a =1 rl w w 1 I i I C Y nl ml CI b 1 i 1 i ~ 1 r ~ to ~ T 1 1 y T 1 1 M yI r C C 1 I ~ 9 < ti j I -1 I 1 TI 1 ~ i. ^ 1 •O M; 1 m _ 1 1 c6 vi 3 ~ r e ~ i m n I i p $ i I .'O I I 1 r' ~i m 1 r ~ 1 l ti _ 1 1 r 1 1 I ~ o 1 1 m i R y N 1 '.O I lam! I 1 p Z 1 1 I 1 1 1 1 I 1 1 I I 1 I I I t m I I Z ; ~ 1 1 1 1 I 1 1 1 ~ I I ~ I ! I 1 1 1 ~ 1 CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (817) 566 8200 MEMORANDUM DATE July 13, 1988 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Traffic Signal Conduit for Mulberry at Carroll - Bid No 9876 The bid received from Dickerson Construction for $12,145 00 was the only one received We have reviewed the bid prices Although, the prices are not outstanding, they do seem reasonable They apparently have attempted to reduce disruption of traffic to a minimum through use of a bore for the 1" rigid conduit This would obviously make the job go quicker with much less traffic control problems therefore, recommend Construction be awarded Bid No 9876 on theJuly t19, Council agenda Please advise if you need further information e i(rr (r c 0573E STATE OF TEXAS COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 22 day of JULY A.D., 1988 , by and between THE CITY OF DENTON, TEXAS CONTRACT AGREEMENT of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and DICKERSON CONSTRUCTION CO. INC. P.O. BOX 181 CELINA, TEXAS 75009 of the City of CELINA County of COLLIN and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9876 - MULBERRY & CARROLL BLVD TRAFFIC SIGNAL CONDUIT PURCHASE ORDER # 85286 - $12,145.00 10 WORK DAYS and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by JERRY CLARK, CITY ENGINEER , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATT ST: ' WALTERS CITY SECRETARY (SEAL) ATTEST: DICKERSON CONSTRUCTION CO., INC. Party of the Sec nd Part, CONTRACTOR By _ ~i itle (SEAL) APPROVED AS TO FORM: City Attorney CA-2 0044b LLOYD V. HARRELL, CITY MANAGER Bond No# 30215956 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON ) ( 01fLAW HUnC&3wld any dispute anise about your pre i m or about a claim Hat you love Eild, contact the agaR or writs to the company that issued the mw;fy. If the problem is not [avlwred, la may al. write to State H of Irema ce, @partment C. tun San Jacinto, Austin. Texas 7M-199e. M" notion of complaint procedure is for innfor®tiat only and done not became a part or condition of this policy. KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION CO.. INC. , of the City of CELINA County of COLLIN , and State of TEXAS as PRINCIPAL, and Finality And DPnosit Company of Maryland , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON, TEXAS as OWNER, in the penal sum of TWELVE THOUSAND ONE HUNDRED FORTY-FIVE DOLLARS Dollars 12,145.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 22 day of JULY , 19 88 , for the construction of BID# 9876 - MULBERRY AND CARROLL BLVD TRAFFIC SIGNAL CONDUIT which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed 'upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of July , 19 88. Dickerson Construction Co., Inc. Principal By Title 4 Fidelity And Deposit Company of Maryland Surety 4140" / W"~ Edward L. Moore Title Attorney-In-Fact Address P. 0. Box 181 Celina, Texas 75009 214-382-2123 (SEAL) The name and address of the Resident Agent of Surety is: (SEAL) Fjoojr R AcenriatPa SnrPtg/Tnsnrance 8810 Will Clayton Parkway um NOTE: Date of Bond must not be prior to date of Contract. PB-2 Address 8810 Will Clayton Parkway Humble, Texas 77338 713-540-1555 0091b Bond No# 30215956 PAYPIENT BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION CO., INC. of the City of CELINA , County of COLLIN and State of TEXAS as principal, and Fidelity And Deposit Company of Maryland authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON, TEXAS , OWNER, in the penal sum of TWELVE THOUSAND ONE HUNDRED FORTY-FIVE DOLLARS AND NO CENTS Dollars 3 12,145.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 22 day of JULY , 19 88 . BID# 9876 - MULBERRY AND CARROLL BLVD TRAFFIC SIGNAL CONDUIT to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION-OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force,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 29ttday of July , 19 88 Dickerson Construction Co., Inc. Fidelity And Deposit Company of Maryland Principal Surety By Title L,ui Wag Edward L. Moore Title AttnrnPX-Tn-Fart Address p n_ Rny IRl Address 8810 Will Clayton Parkway Humble. Texas 77338 214-382-2123 713-540-1555 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: -Hembie, Texan 77338 PB-4 0092b Bond No# 30215956 STATE OF TEXAS COUNTY OF DENTON ) MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT DICKERSON CONSTRUCTION CO.INCas 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 ONE THOUSAND TWO HUNDRED FOURTEEN DOLLARS Dollars 1,214.00 , 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DICKERSON CONSTRUCTION CO., INC. has this day entered into a written contract with the said City of Denton to build and construct BID# 9876 - MULBERRY AND CARROLL BLVD TRAFFIC SIGNAL CONDUIT which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said DICKERSON CONSTRUCTION CO., INC. as Contractor and Principal, has caused these presents to be executed y THE CITY OF DENTON, TEXAS and the said Fidelity And Deposit ompany o ary an as surety, has caused these presents to be executed by its Attorney-in-Fact Edward L. Moore and the said Attorney-in-Fact has hereunto set his hand this 19rh day of July , 1988 SURETY: PRINCIPAL: Fidelity And Deposit Company of Maryland Dickerson Construction Co., Inc., BY: 4i &Zyp/Jf .&/y/U_r4 / Edward L. Moore Attorney-in-Fact MB-2 0093b The FIDELITY AND DEPOSIT COMPANY OF MARYLAND o D FIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES. BALTIMORE, MD 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by R.W. BUDDENBOHN , Vice-President, and M. J. SCHNEBELEN , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Ronald E. Elsey, Edward L. Moore and Bruce C. DeHart, all of Humb1~*,,Texas, H t e true an aw u agent and Attorney-in-Fact of each, to and as its act and deed: any and all bonds and Independent Executors, Community Surv and ,deliver, for, and on its behalf as surety, EXCEPT bonds on behalf of execution of such bonds or undertakings in as fully and amply, to all intents and purposes, as if officers of the respective Companies at thew offick. attorney revokes those issued ~h 1986 and on behalf of Bruce IN WITNESS WHEREOF, the said Vice-pre"sidBnts and the Corporate Seals of the said FIDELly6Nl DEPOSIJ Of th`t cents, shall be as binding upon said Companies, ,on xecuted and acknowledged by the regularly elected re; in their own proper persons.This power of W d onald E. Elsey, dated, November 19, , June 25, 1987. Secretaries have hereunto subscribed their names and affixed fY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY December________ - A.D. 1982 ATTEST: FI Y AND DEPOSIT OMPAN WLANN 08" •ir's~ By WW s 'Secretary Vice-President a.o . FIDELITY AND DEP IT COMPANY SEAL i - - By------- - - - - - Assistant Secretary Vice-President STATE OF MARYLAND CITY OF BALTIMORE } SS: On this 21st day of December , A.D. 1987 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Officia eLraeltr ity o Ba 'more the day d year first above written. E:. ~JNOT~ay++ _ it YOM ubfic F~ra+ucfi ' Jul 1 1990 My commission CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." - IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 29th -day oL--------- J91y----------------- 19---88 / T I ae~eQoy~ 170-2526 Assistant Secretary ar Assistant Secr '-,cxc;sa~.>.:.~._¢uz. rF. vx^rv J!!F xj-rz K ,.PU,. r,Ra ? '3Fzy,A".`,.RX'N rti .ca,E',yr+ai v ~'r5"`M Wa a,. 4., SMe+S-~~" , ISSUE DATE (MM/DD/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS WILLIAM H. RATZ & ASSOCIATES, INC. NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, 2925 BRIARPARK, SUITE 150 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HOUSTON, TEXAS 77042 PHONE: (713) 953-0250 COMPANIES AFFORDING COVERAGE COMPANY OLD AMERICAN COUNTY MUTUAL FIRE INS. CO. A LETTER COMPANY B LETTER INSURED COMPANY INC DICKERSON CONSTRUCTION COMPANY LETTER . , P,. 0. Box 81 COMPANY D Texas 75009 li C LETTER e na, COMPANY E LETTER SEE= = I INDICATED, THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POL TERM OR CONDITION OF NOTWITHSTANDING ANY REQUIREMENT ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH IFICATE MAY , BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 13Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EX, AND CONDL TIONS OF SUCH POLICIES. CO TYPE OF INSURANCE POLICY NUMBER POLICY EPFECINE DATE (AUA(DDMI) POLICY F%PNATION DATE (MM)DDlYY) qLl LIMISANDS LTR GEN ERAL LIABILITY GENERAL AGGREGATE $ M COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPS A $ CLAIMS MADE ❑OCCURRE,NCE PERSONAL A ADVERTISI $ OWNER S & CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE (ANY ONE @ s MEDICAL EXPENSE (ANY $ I$ AU TOMOBILE LIABILITY CSL - - ANY AUTO $ 50 ALL OWNED AUTOS BODILY ' SCHEDULED AUTOS INJURY )PER PERSON) $ A X HIRED AUTOS TA 3 14 72 8 9/1/87 9/1/88 IN ODUCY ' ~F CC $ NON-OWNED AUTOS A IDENA GARAGE LIABILITY PROPERTY DAMAGE $ " $ SPFf TFTFD AUTOS EACH AGGREGATE EXCESS LIABILITY occ.RRENCE OTHER THAN UMBRELLA FORM STA TUTORY WORKERS' COMPENSATION $ IEACH ACCIDENT) AND i s )DISEASE POLICY LIMIT) EMPLOYERS' LIABILITY $ (DISEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS RE: Bid #9876 Mulberry & Carrol Blvd. Traffic Signal Conduit SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX City of Denton PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 215 East McKinney MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE FNPntnn. Tx 762.01 ,mac. m„• Coll uoc m MAII SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. WILLIAM H. RATZ ~S, INC. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS REVISED NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ISSUE DATE OF THIS CERTIFICATE EXTEND OR ALTER THE COVERAGE AF ORQED BY THE POLICIES BELOW. SHOULD ANY OF THE POLICIES BE CANCEL O$EFORE THE EXPIRATION DATE THEREOF, August 11, 1988 THE ISSUING COMPANY WILL MAI _In AYS WRITTEN NOTICE TO THE CER- ISSUED AT TIFICATE HOLDER NAMED: Sherman, Texas O TEXAS EMPLOYERS' INSURANCE ASSN. - DALLAS, TX City of Denton Purchasing Division o TEXAS EMPLOYERS INDEMNITY CO. - DALLAS, TX 901-B Texas Street 0 EMPLOYERS CASUALTY COMPANY- DALLAS, TX Denton, Texas 76201 D EMPLOYERS NATIONAL INSURANCE CO. - DALLAS, TX Q EMPLOYERS CASUALTY CORPORATION -DALLAS, TX Job: Traffic Signal Conduit Mulberry & Carroll Blvd, _ Bid #9876 ® EMPLOYERS NATIONAL INS, CORP.- - DALLAS, TX INSURED O EMPLOYERS OF TEXAS LLOYD'S -DALLAS, TX Dickerson Construction Company ❑ P. 0. Box 181 Celina, Texas 75009 Authorized Repres`e; (Sigrred) (Typed) Bob Sims, District Manager THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI. TIONS OF SUCH POLICIES. TYPE OF INSURANCE CO. POLICY NUMBER POLICY EFFECTIVE DATE IMM/OD/YYI POLICY EXPIRATION DATE IMM/DD/YYI ALL LIMITS IN THOUSANDS ' STATUTORY WORKERS COMPENSATION $ (EACH ACQOENn * 88 0 05 05-89 03 AND 1 WC-08558 - 3- - ' I $ 500 (DISEASE POLICY LIMIT) EMPLOYERS LIABILITY I (DISC -EACH EMPLOYEE) s goo GEN ERAL LIABILITY GENERAL AGGREGATE $t onn X COMMERCIAL GENERAL UA81LITY I PRODUCTS COMPICPS AGGREGATE $ CLAIMS MADE OCCURRENCE 7 Fx 3 CGL-827336 02-20-88 02-20-89 PERSONAL & ADVERTISING INJURY $ snn - X OWNER S d CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE (ANY ONE FIRE) $ MEDICAL EXPENSE IANY ONE PERSON) $ AU TOMOBILE LIABILITY CSL N ANY AUTO $ 5, ALL OWNED AUTOS SWILY sy • SCHEDULED AUTOS uU" IN (PPEER~PERSON) $ .far x HIRED AUTOS Ism y„ yg`•• NON-OWNED AUTOS (PEA iWoum $ a srg?`ana4' r' GARAGE LIABILITY PROPERTY s #•"s' ' a D- DAMAGE $ YRYan e'aYJ EXC ESS LIABILITY , an aR. R OGCURREtA1 AOOAEOAn Umbrella Liability 3 UL-654277 02-20-88 02-20-89 $ 1,000 $ 1,000 OTHER THAN UMBRELLA FORM OTHER *Excludes Masters & Members of the Crews of Vessels City of Denton is Additional Insured cc: H.O. Assigned Risk Unit TECO 17993-A (9-87) ■ ■ v■ resew ■ vent PURCHASING DEPARTMENT DATE: JULY 7, 1988 BID NUMBER: It 9876 BID TITLE: Mulberry & Carroll Blvd Traffic Signal Conduit Sealed Bid Proposals will be received until 2:00 p.m. JULY 7, 1988 at the Office of the Purchasing Agent 901-8 Texas Street, Denton, Texas 76201-4229. BIDDER NAME: 1Y ck,asa.1 (,m.;(. (n,. John J'. Marshall, C.P.M. ADDRESS:, lc¢ 131 Purchasing Agent (817) 566-8311 Caltitia.'r<za: ~~~ooq INSTRUCTIONS TO BIDDERS. 1. Sealed bid proposals must be received in duplicate. on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number, name of the bid. and bid opening date on the outside of completely sealed envelope. and malted or delivered to the Purchasing Department City of Denton. 901.8 Texas St.. Denton. TX 76201. 3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be cotaWetied. d. All materials are to be quoted FOG' Denton. Texas, delivered to the floor of the warehouse, or as otherwise indicated. 3 The City at Osman, Texas- reservae the right to accept separate items in a bid unless this right is denied by the bidder. & In case of default after bid acceptance, the Clty of Damon. Texas may at its option hold the accepted bidder or contractor liable for any and all resultant increased coats as a penalty for such default. 7. The C!ty of Damon ressives• the right to rele& any and all bids, to waive all informalities and require that submitted bids remain in fares for a sixty (SM day period after opening or until award is made; whichever comes first. & The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period 9. The Items are to be priced sash net. (Packaging or shipping quantities will be considered.) 10. The PWOhe" Department assumes responsibility for the correctness and clarity of this bid, and all information and/or questions pertaining to this bid shall be directed to the City'of Denton Purchasing Agent 11. Any attempt to negotiate or give Information an the contents of this bid with the City of Denton or its representatives prior to award shall be gounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The Gty of Denton is exempt tram ail sales and excise taxes. (Article 20.048) P-1 BID #9876 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF MULBERRY AND CARROLL BLVD. TRAFFIC SIGNAL CONDUIT IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and. agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 2 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bold within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans ,and specifications, for the following sum or prices, to wit: P - 3 Mulberry and Carroll Blvd. Traffic Signal Conduit BID TABULATION SHEET WORN uAYb lu BID NO. 7873 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractor's Warranties I I I . I 1.21 I And Understandings I I LS I $ o~ 35:). /LS I $ 35u. 3-A I i I Remove Concrete Pavement I I 2 I SY I I $ ~ ..10,"_ I /SY I $ I Remove Concrete Curb & I I I I 3-B I Gutter I 10 I LF I $ 5. „ /LF 1 $ o So. 3-C I I I Remove Concrete Drivewaysi 3 I 1 SY I I $ 40.x' I /By I $ 40. 5.7-8 I I I Asphalt Patch I I 10 1 TON I 1 $ c_ 9c0• I /TON 1 $ ce I.ooo. 5.8 I I 110' Concrete Pavement i 2 I 1 SY I I $ y„ 35. , I /SY I $ a 70, I Barricades, Warning and I I I I 8.1 1 Detour Signs I I LS 1 $ 1,Tw ov /LS 1 $ lSoo. so 8.2-A 1 I Concrete curb Gutter I & I 10 I LF I 1 I $ w 10. 1 /LF I $ a - 10,0. i I I I I /r-D I It I An c? " /cv 1 @ i Oo Os 1 3' Rigid Conduit I I I I SP-41 I and Bore 1 115 I LF I $ 45, /LF I $ 5, 0j' O~ i SP-42 1 3" Rigid Conduit I I I 1 45 I LF 1 $ 3s °u /LF I 1 $ 1,1.,S- 3w PVC Schedule #80 1 I 1 C~ I SP-43 I (Includes Elbows) I 25 i LF I $ lo. /LF vo I $ o7510. I I I I I oe i I i I I I I I i$ / i$ I I I I I CM I I TOTAL PROJECT I $ $ 1 a, 4a , I I I I I i I I I$ / I$ I I I I I I I I i$ / I$ I I I I I i I I I$ / i$ i i I I I I. I I I $ $ P - 4 VlV / V/ V BID SUMMARY TOTAL BID PRICE IN WORDS Twilvk In the event of the award of a contract to the-undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. D i r-k ekb.J Caw, . fo.'N, CONTRACT R BY~ Street Address City and State Seal & Authorization (If a'Corporation) o~IV-381-i1i7 Telephone P -5 j _ ~ [ ~ i ~ ' I iI i s I ~ i k i ~ ~ i, it ! i ` ~ E I I' i ~ i~ ' s I ~ ~ ,I ~ t I I ~ 4 ~ I ~ ~ f I ~ ~ { 1 1 1 ~ ~ k t t ~ ' j { i ~ ~ i 1