Loading...
1988-0130923L NO 99-01.& AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9812 Dickerson Construction, Inc $ 13,587 00 SECTION II That the acceptance and approval of the above competiti~' ve ds shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 19th day of January, 1988 RAY E HEN , MAYOR ATTEST ~JEN~NI9'81AZAL-L-TERS, ~~CIT SEC E~ J .CIV TA~s® RY~ ~ APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE January 19, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9812 SHERMAN/WINDSOR TRAFFIC SIGNAL CONDUIT RECOISIENOATION We recommend this bid be awarded to the lowest bidder, Dickerson Construction, in the amount of $13,587 00 SUMMARY This bid is for the installation of conduits and pull boxes necessary for the construction of traffic signals at Sherman and Windsor BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Traffic Control FISCAL IMPACT 1987/88 Traffic Bond Funds Acct # 436-020-GO87-8721-9105 Respectfully submitted L1oy V Harrell City Manager ~ Pi pared by Name om aw, Title Assistant Purchasing Agent Approved 7 ~tme John J Marshall, C P M 109, Purchasing Agent a to ~ d v rn i m m m m '9 W ~ M ~ m V II C I jl m y "a N ~ ~ s c ® u~i Ian w N O r a ~ d ~ ~ w d i`1 T n w a r d li o .O d N w n m m m m pc T e ` S J T T m ti e I o s I o I ~ rJ - I y m I I -1 7 I y 1 ` w Z u 1 m ~o I I m ® N ]Q ' T I m Z N O ~ _ I !S v O 1 T C 0 1 m rm-. 1 1 n I J z -1 1 n 1a1 I a ro nP ~ ~ 1 I ) T} T ~ y i o i o 3 t~ S I ar v1 n T I I I 1 r 1 n m i ` i z m m rr1 y n : 1 . j y I O I Sa'I .T.. I~r1 m ~ I y [7 y~ 9 1 r na I n I r] I 1 f, I $ T N 1 ~ 1 y ~ ~ m 1 I ~ 411 I m p ar n ~ I I m m + l v a 1 z I o < o i a l I T I ti m 1 1 Z 1 I I 1 N i c i 1 m I 1 p a m 1 O r p 1L.r C a m 1 1 I ~ I m ~ a 2 1 I I 1 1 i 1 C 1 m z I n I I a I 1 j CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS. AGREEMENT, made and entered into this 20 day of Y --o 3 JANUARY A.D., 19jML, by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and DICKERSON CONSTRUCTION CO., INC. P.O. BOX 181 CELINA, TEXAS 75009 of the City of CELINA County of COLLIN and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part- (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9812 SHERMAN/WINDSOR TRAFFIC SIGNAL CONDUIT $13,587.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or GCC i!',j`' r CA-1 0044b :written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: rr,, ll NNIF WALTERS ITY SECRETARY (SEAL) ATTEST: DICKERSON CONSTRUCTION CO., INC. Party of he Second Part, CONTRACTOR By -4? - Title' (SEAL) AP=AS M: City Attorney CA-2 0044b CITY MANAGER DUPLICATE ORIGINAL PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON) ( BOND NO 30162793 KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION CO., INC. , of the City of CELINA County of COLLIN , and State of TEXAS as PRINCIPAL, and Fidelity & Deposit Company of Maryland as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON, TEXAS as OWNER, in the penal sum of THIRTEEN THOUSAND FIVE HUNDRED EIGHTY SEVEN Dollars 139587.00 for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 2&_ day of 7ANUARY, 19$g_, for the construction of BID// 9812 SHERMAN/WINDSOR TRAFFIC SIGNAL 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 26th day of January , 19 88. Dickerson.Constructios Co..-Inc: Principal By Title ~.sl,. Address P. 0. Box 181 Celina. Texas 75009 (214) 382-2123 (SEAL) The name and address of the Resident Agent of Surety is: (SEAL) Elsev & Associates 8810 Will Clayton Parkway, Humble, Texas 77338 NOTE: Date of Bond must not be prior to date of Contract. PB-2 Fidelity--A Deposit Company of Maryland Surety Edward L. Moore Title Attornev-In-Fact Address 8810 Will Clayton Parkway = - Humble, Texas 77338 (713) 540-1555 0091b PAYISENT BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION CO., INC. of the City of CELINA County of COLLIN and State of TEXAS as principal, and Fidelity & Deposit Company of Maryland authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON. TEXAS , OWNER, in the penal sum of THIRTEEN THOUSAND FIVE HUNDRED EIGHTY-SEVEN DOLLARS Dollars 13.587.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 20 day of JANUARY , 1988 BID# 9812 SHERMAN/WINDSOR TRAFFIC SIGNAL CONDUIT to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 26th day of January , 19 88 Dickerson Construction Co., Inc. Principal By a c%IJv Fidelity & Deposit Company of Maryland Surety Edward L. Moore Title Aev, Address P.'0. Box 181 (214) 382-2123 (SEAL) Title Attorney-In-Fact Address 8810 Will Clayton Parkway Humble. Texas 77338 (713) 540-1555 (SEAL) The name and address of the Resident Agent of Surety is: Elsey & Associates 8810 Will.Clayton Parkway, Humble, Texas 77338 PB-4 0092b ORIGINAL DUPLICATE BOND NO 30162793 MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON ) KNOW ALL MEN BY THESE PRESENTS: THAT Dickerson Construction Co., Inc. as Principal, and _gJ a Corporation authorized to o business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of fifty eight dollars and seventy cents Dollars 1,358.70 , 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// 9812 Sherman/Windsor Traffic Signal Cnnduit e which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair" of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as,herein,and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Dickerson Construction Co. Inc. as Contractor and Principal, a caused these presents to be executed by The City of Denton. Texas and the said F;dPl;ry R nanne;r omn f Mar land as surety, has caused these presents to a executed by its Attorney-in-Fact Edward' ".L. Moore and the said Attorney-in-Fact has hereunto set his -hand this 26thday of January , 19 88 . SURETY: F:.lol,t~ R TloincitpCn.mmpnng of Maryland BY: PRINCIPAL: Dickerson Construction Com an Inc. Bier. Edward L. Moore Attorney-in-Fact MB-2 0093b The FIDELITY AND DEPOSIT COMPANY OF MARYLAND e 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 qq the reverse s_tag... hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, titute and a&oiut Ronald E. Elsey, Edward L. Moore and Bruce C. DeHart, all of Hu*6,0 Texas;;i'SACH t e ue an aw ul agent and Attorney-in-Fact of each, t tuf0c6, execut `-se~Pand deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds 'J y q;d?'y-undert~Te~ilgs...EXCEPT bonds on behalf of Independent Executors, Community Stay.tors atlil community Guardians Ana me execution of suen nonas or unaertaxmgs' as fully and amply, to all intents and purposes,, officers of the respective Companies at theit',uf€ic attorney revokes those issue oil 1986 and on behalf of Bruck Do IN WITNESS WHEREOF, the said sidents the Corporate Seale of the said FIDELI',EY AND DFI this- 21st 1,'-pursuance ofk eye presents, shall be as binding upon said Companies, they had 401, t duly executed and acknowledged by the regularly elected s in Baltiieio;` Md., in their own proper persons.This power of behal+,i4 Ronald E. Elsey, dated, November 19, Bar, 1-dated, June 25, 1987. Assistant Secretaries have hereunto subscribed their names and affixed COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY y of___- December P 'J ray- ATTEST: ?DELITY AND DEPOSIT COMPAN OF MA LAND `SEAL \ W~'0~1++1`~-t-u Assistant Secretary V ce-President FIDELITY AND DE,pOSIT MPANY SEALr n ~ ® l (A~ 1<~ t l5t uJ Assistant Secrets ice-President STATE OF MARYLAND CITY OF BALTIMORE SS: On this 21st day of December , A.D. 19 87 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Of *c* Ftit a Ci of )Baltimore the y and year first above written. sons s N ry Public f~ ue P My commission expires July 1, 1990 CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2 of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 26th day of January 19_88. 170-2526 Assistant Secretary CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. Workmen's Compensation and Employer's Liability. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the contractor or his agents, employees or subcontractors. CI-1 Insurance Requirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at-,least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The the insurance certificates and so notified the contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 01/13/87 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS (REVISED COPY) NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ISSUE DATE OF THIS CERTIFICATE EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHOULD March 9, 1988 ANY OF THE POLICIES BE CANCELLED BJEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 1 DAYS WRITTEN NOTICE TO THE CER- ISSUED AT TIFICATE HOLDER NAMED: Sherman, Texas l❑ TEXAS EMPLOYERS' INSURANCE ASSN. • DALLAS, TX City of Denton D D TEXAS EMPLOYERS INDEMNITY CO. • DALLAS, TX 901-B Texas Street Q EMPLOYERS CASUALTY COMPANY- DALLAS, TX Denton, Texas 76201 Attn: John Marshall 30 EMPLOYERS NATIONAL INSURANCE CO. • DALLAS, TX " Purchasing Dept. 77 EMPLOYERS CASUALTY CORPORATION • DALLAS, TX JOB: Sherman-Windsor Pro ect ® EMPLOYERS NATIONAL INS. CORP. • DALLAS, TX INSURED ED EMPLOYERS OF TEXAS LLOYD'S • DALLAS, TX t ti C Di k C erson ons ruc on ompany c P.O. Box 181 Authorized Repre Drive Celina, Texas 75009 _ (Signed) a~G (Typed) Bob S ms District Manager THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDF TIONS OF SUCH POLICIES. TYPE OF INSURANCE CO. POLICY NUMBER POLICY EFFECTIVE GATE IMM/DD/YYI POLICY EXPIRATION DATE (MM/DD/YY) ALL LIMITS IN THOUSANDS ' STATUTORY WORKERS COMPENSATION $ (EACH ACCIDENT) * 03 05 88 03-05-89 50 AND 1 WC-08558 - - ' $ (DISEASE POLICY LIMIT) EMPLOYERS LIABILITY I S Soo (DISEASE-EACH EMPLOYEE) GEN ERAL LIABILITY GENERAL AGGREGATE $ 1,000 COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPS AGGREGATE Is 1.000 CLAIMS MAX ®OCCURRENCE PERSONAL d ADVERTISING' INJURY Is 500 OWNERS b CONTRACTORS PROTECTIVE CGL-827336 02-20-88 02-20-89 EACH OCCURRENCE i s 00 FIRE DAMAGE (ANY ONE EIRE) $ 50 MEDICAL EXPENSE (ANY ONE PERSON) $ AU TOMOBILE LIABILITY CSL ANY AUTO $ - _ E~ 3 ALL OWNED AUTOS BODILY ' 's,. I' SCHEDULED AUTOS INJURY (PER PERSONA 'y $z yy HIRED AUTOS (°~0 LY _ NON-OWNED AUTOS (DOE $ WK:0 GARAGE LIABILITY PROPERTY DAMAGE EXCESS LIABILITY s EACH aauAAENa .GGREwr[ X Umbrella Liability 3 UL-654277 02-20-88 02-20-89 . IN, 01~~ n $ 1 000 $ 1 000 , , OTHER THAN UMBRELLA FORM :a=~ OTHER *Excludes Masters 6 Members of the Crews of Vessels City of Denton is Additional Insured. TECO 17993-A (9.87) CONDITIONS ADDTIICIML IN 3MD: The City of Dmtm, its elected and appointed cyfricials, offing and employees. (This does not apply to Worker's C®pesatim.) NOPICE OF CANlMMCN. Prior to any maternal chum or cancellation, the City or Dentin will be given 30 days advance writtffi notice mailed to the stated address of the Catifirate Holder, City of Denton. 1. COWRACTM& COUMAM: (Liability assured by contract or fit, and would mt othaidse ad-W - The omtractual liability raiment 4rrn on the rWJeM side Of this Ca tifiCate aP IrMZM a Under C3Wrebemdve Genial. Liability, must inrlnde a definition of cous-qp breed enough to pmvide aNa'aW for ohliSqtias mmmed by the aattactor in the refamnoed eartxact. This Cetifimte of Insuranoe is pounded as required by the amusing azrt act. 2. aAm mm Pam Km Faquired period d Cove-qp wm be detaffined by the foUcwkg famila: Continuous covar4p for the life of the comsat, plus one year (to prvvide omerqp for the warranty period), and a attended dim-emery period for a ®nimm ce 5 yeas winch shall begin at the end of the wmwx%7 Penchi. 3. FINE IEGM teener : Required in all omtracls that i 7mlve the ocoupeocy, oonstnxtiar or alteration of City-euned or leased facilities). Irsrmm is to cove' build1rp,4, oontents (where applicable) and permanently installed equipment with respect to isapaty da> to sUucha es or portions or sbvchav if such dam is caste by the peril of fire and due to the Cpastiam CC the omhactor. Limdt of liability is to be a adnimm or 3500,000. CI-4 BID# 9812 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of Traffic Signal Conduits IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. r P - 1 It is understood and agreed that the work is to be completed in full within ten (10) working days. Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P - 2 Traffic Signal Conduits BID NO. 9812 PO NO. - BID TABULATION SHEET A. Sherman/Windsor ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 V Rigid conduit and bore 277 LF ~J /LF l0 3;4 1U 2 Pull box (Traffic) 4 EA (ce /EA 4oo~u 30 PVC conduit (electrical 3 between pull boxes and 31 50 LF u~ /LF 5cc,c` rigid conduit) Accessories (pull wires, lump _ 7~~ 4 90° bends, barricades etc) sum 75o. /LS WORK DAYS - 10 days ja PROJECT TOTAL = $ ! J , d S l . 5 I Contractors warranties and understandings LS $ 500. /LS 0183e P - 3 PROJECT TOTAL=$ 537• t& BID SUMMARY - TOTAL BID PRICE IN WORDS fln', k ~irN J 4ou)n ~ ~1 IJ b . gG l - 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. U 1 ),e 2)O rJ CON i' CONTRACT R BY IDO.160K g / Feet A iress L4 i -7-7.- e 43 %1ao S City an state Seal & Authorization (If a Corporation) a~Y-3~z-a~z3 Telephone BIQ# 9812 1' ~ / i P - 4 Dickerson Construction Co. Box 181 Celina, TX 75009 CITY of DENTON / 215 E. McKinney / Denton, Texas 76201 SHERMAN/WINDSOR TRAFFIC SIGNAL CONDUIT ADDENDUM #1-HID #9812 i/ This addendum is to add a bid item to the bid tabulation sheet of the Specifications for the Sherman and Windsor Traffic Signal Conduit. Trench safety was overlooked in the original processing of these specifications. See attached sheets for information pertaining to the contractor's responsibilities concerning this item. Item Unit Quantity Unit Cost Total Trench Shoring S.F. 2,100.00 5;;, /S.F. 7 1,;>,;`= Y h Acknowle~dgeedd by: Title Page -2- Addendum # BID# 9812 Item SP-37 Excavation Protection The Contractor shall install a timber shoring system to provide safety for all trenches exceeding a depth of 5 feet as per the Occupational Safety and Health Administration's TABLE P-2 "TRENCH SHORING - MINIMUM REQUIREMENTS". The Contractor may elect to meet OSHA safety requirements by other methods described in the OSHA Standards. This item provides for all materials, equipment and labor required to furnish, install and remove the trench shoring system. Regardless of the method to be used to shore the ditch, the Contractor must submit a trench safety plan designed and sealed by a registered engineer specializing in soils and trench stability to the design engineer for approval. Payment: Payment will be at the contract unit price. for each square foot of Excavation Protection installed and removed. page -3- Addendum # 1 BID# 9812 This is the Submittal Stamp to be utilized Excavation Plan Submittals by Contractor on Private Projects. on ALL Trench ALL City and NO EXCEPTIONS ( ] EXCEPTIONS AS NOTED ( ] REJECTED - RESUBMIT ( ] CONTRACTOR ACCEPTS SULE khSPUNSIbILl'1Y FUk COMPLIANCE WITH ALL APPLILABLE SAFETY KkgUIkhMEN1S. THIS khV1hW 1S UNLY FUR GENERAL CUNFORMANCh WITH OSHA SAFETY STANDAk11S. REVIEW OF '1 HE TRENCH EXCAVATION PLAN DUES NOT KELihVh CUNTRACTOR FRUM ANY UK ALL SAFETY AND CUNSTRUCPIUN RhSPONS1blL1TY IN ALLUkDANLE WITH ITEM SP - 37 OF THE SPECIFICATIONS, 1NLLUDINU ACCOMMODATING. CHANGES IN SOIL CGND11IONS AS THEY OCCUR. THIS REVIEW DOES N01 RELIEVE CONTRACTOR OF IT'S SULK RESPONSIBILITY FOR ALL CONSTRUCTION MEANS, MkIHOUS, TE(.HNIgUES AND PkUCEDUKES; AND ANY PROPERTY DAAAGE OR BODILY INJUkY (INLLUDING DEA1H) THAT ARISES FROM USE OF THE hXCAVATIUN PLAN, FRUM CUNTRALTUK'S NEGLIGENCE IN PERFORMANCb_OF CONTRACT WURk, OR FROM CI1Y1S FAILURE TO NOTE hXCkkTIONS TO THE EXCAVATION PLAN, SHALL REMAIN THE SOLE RESPONSIBILITY AND LIABILITY OF CONTRACTOR. PRUJEC BY DATE CITY OF DENTON bNG1NEhk1NG DIVISION 0491E SC - Fir