Loading...
1986-1370923L NO 9(o-/J AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $10,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordnance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9628 Dickerson Construction $109,273 05 SECTION II I That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and PAGE ONE Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of bids and the execution of contracts for improvements as authorized herein, the authorizes the expenditure of funds in amount as specified in such approved contracts executed pursuant thereto SECTION V the above competitive the public works and City Council hereby the manner and in the bids and authorized That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 15th day of July, 1986 ATTEST CHAR OTT LLEN, CI SECRETARY -TY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY rY~'l ~rvv PAGE TWO July 15, 1986 CITY COUNCIL AGENDA ITEM TO MAYOR AND MEMBERS OF THE CITY COUNCIL FROM Lloyd Harrell, City Manager SUBJECT Consider Bid Opening, Bid 09628, McKinney Street Sewer Line RECOMMENDATION The Public Utilities Board, at their meeting of June 25, 1986, recommended to the City Council approval of the lowest bid of Dickerson Construction Co Celina, Texas, in the amount of $109,273 05 SUMMARY The bids were opened June 17, 1986, and the results are as follows Dickerson Constn Celina, Tx $109,273 05 LE Delekta, Inc Plano, Tx $112,331 50 Calvert Paving, Denton, Tx $118,066 00 Idela Constn , Bedford, Tx $166,767 00 Atkin Bros Constn Grand Prairie, Tx $199,708 00 C&W Utility, Desoto, Tx $202,677 00 The Staff recommends approval of the lowest bid of Dickerson Construction in the amount of $109,273 05 BACKGROUND This is an approved FY 86 CIP project to install approximately 3900 LF of 10" Sewer Line on McKinney Street from Mack Place to Loop 288 This area is presently without sewer and the individual houses are presently on septic tanks Part of the cost of installing the line will be realized from pro rata reimbursement from customer tie-ins onto this line PROGRAMS, DEPARTMENTS OR GROUPS AFFECTEll City of Denton Municipal Utilities, Legal Department, Purchasing Department, Contractor, City Engineer, and Citizens 441OU 1 1 FISCAL IMPACT FY 86- Budgeted CIP Amount $180,000 00 Recommended Award of Lowest Bid (Dickerson Construction) $109,273 05 Source of Funds Sewer Bonds 624-008-0471-9114 Note It may with respect Prepared by ~ fie---P David am, Asst Civil Engineer be noted that the lowest bid is very competitive to the budgeted estimate Respectfully submitted, irk ector Lloyd Harrell City Manager APPROVED eve son Director of Utilities ATTACHMENT I II III Bid Tabulation Location Map Minutes PUB Meeting of 6/25/86 4410U 2 I ~,y11 w n 0 H q K 4 H I ~ ~q V J d n i y v t c M z 0 0 x N u ~ c z ~ S ~ o z n 6. z g rzv I(6 a W z ° 0 J b I~ t R 1 ~ s r ~ 1 / 1 ` -Maw 1 "L li = 71- "N"m ca 1:7 W 9 1 J~JI~L LJ Ir -1 f iir ~r ]i JL 1 4~ ' r 1 u s t STATE OF TEXAS CONTRACT AGREEMENT SEP _ 91986 GTY BgAr. fNl J ~.GfRS ruf" COUNTY OF DENTON THIS AGREEMENT, made and entered into this 1_ day of JUNE _ A.D., 1986 , by and between The City of Denton Taxa, 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 Company. Inc Box 181 of the City of Celina , County of _Cni1in 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# 9628 McKinney Street Sanitary SPa r PURCHASE ORDER # 74403 in the amount of $1G 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 ,lorry Clark, City Fngjnaar , 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. ATTF.CT: The City of Denton, Texa :y oR' the First Part, 010 City Manager (SEAL) ATTEST: Party of the Second Part, CON?~ By Title (SEAL) AP OVED AS TO FORM: City Attorney CA-2 0044b PERFORMANCE BOND STATE OF TEXAS COUNTY OF HARRIS KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. , of the City of CELINA County of 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 ThP City of nPnton as OWNER, in the penal sum of _OnP hundred nine thoijand two hundred cPVPnty-thrpp dollars and five cent~ollars 3 1 n9 273 05 ) 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 16mHday of TTINg , 19_R.E, for the construction of BID #9628 - MC KINNEY STREET SANITARY SEWER PURCHASE ORDER #74403 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 21ST day of JULY , 1986 . DICKERSON CONSTRUCTION COMPANY, INC. FIDELITY AND DEPOSIT COMPANY OF MARYLAND Principal By 1'e& Title X, e, Address P. 0. BOX 181 CELINA. TX 75009 Surety t. REGENIA PIZZO Title ATTORNEY-IN-FACT Address 2925 BRIARPARK #150 HOUSTON, TX 77042 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: WILLIAM H. RATZ & ASSOCIATES, INC. 2925 BRIARPARK #150, HOUSTON, TX 77042 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAY11ENT BOND STATE OF TEXAS COUNTY OF HARRIS KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. of the City of CELINA , County of 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 , OWNER, in the penal sum of One hundred nine thousand two hundred seventy-three dollars and five cents Dollars 109,273.05 ) 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 16THday of JUNE , 19 86 . BID #9628 - MC KINNEY STREET SANITARY SEWER PURCHASE ORDER #74403 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 21ST day of JULY , 19 86 DICKERSON CONSTRUCTION COMPANY, INC. Principal By Title lee, FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety GENIA PIZZO Title ATTORNEY-IN-FACT Address P. 0. BOX 181 CELINA, TX 77059 Address 2925 BRIARPARK #150 HOUSTON, TX 77042 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: WILLIAM H. RATZ & ASSOCIATES, INC. 2925 BRIARPARK #150, HOUSTON TX 77042 PB-4 0092b MAINTENANCE BOND STATE OF TEXAS COUNTY OF HARRIS KNOW ALL MEN BY THESE PRESENTS: THAT DICKERSON CONSTRUCTION COMPANY, INC. as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYiAND 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 Ten thousan twenty-seven dollars and thirty-one cents Dollars ($10,927.3,d 5 , l0Y< of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DICKERSON CONSTRUCTION COMPANY, INC. has this day entered into a written contract with the said City of Denton to build and construct BID #9628 - MC KINNEY SmRFFm 4ANrmARV SFwFR PURCHASE ORDER #74403 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 COMPANY, INC. as Contractor and Principal, has caused these presents to be executed by - and the said FIDELITY AND DEPOSIT COMPANY OF MARVTANn as surety, has caused these presents to be executed by its Attorney-in-Fact REGENIA PIZZO and the said Attorney-in-Fact has hereunto set his hand this 21ST day of JULY , 19_s-E. SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND BY: REGENIA PIZZO Attorney-in-Fact PRINCIPAL: DICKERSON CONSTRUCTION COMPANY. q 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 C. M. PECOT, JR. , Vice-President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect of the date thereof, do hereby nominate, constitute, and appoint WiI l ism H. Rat z, Maryanne Wilson, Regenia Pizzo, Carole Kamman and Edward L. Moore, all of Houston, Texas, EACH , tf ee aue nd lawful agent and Attorney-in-Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings... EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians............ n the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of William H. Ratz, etal, dated, May 26, 1983. IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT day of................. J@MMf!NY............................. A.D. 19.$5.......... COMPANY this 21st ATTEST: ~qY ,,^^JJFIDELITY AND DEPOSIT COMPANY OF Y_LAA~N(D SEAL e CW .1].. By ~ B ~1 v A iutnnt Secretary ss~~ ,^J n FIDELITY AND DEPOS 'C-OMMPPANNY SEAL W 1 \ F~C7- As+iatant Secretary 111ce-President' STATEOFMARYLAND I as: CITY OF BALTIMORE I On this 21st day of January , A D. 1985 , 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 FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and with, 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 mid Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal at the Cil of Baltimore the day and ear first above written. My commission expires..July._ la..,1986 0M CERTIFICATE 1, the undersiggred Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY 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 mid Power of Attorney were Vice-Presidents sppeecciall authorized by the Boards of Directors to app int any Attorney-m-Fact as provided in Article VI, Section 2 of the respective By-Lawsof the FIDELIR AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may he signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND et 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.' 21.5f:.. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seats of the mud Companies, this........... dayof._. _ Ju lY _ 19.__86 faaratu fury „ -170-3613 FOR YOUR PROTECTION LOOK FOR THE F&D WATERMARK EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The President, or any Executive Vice-Presidents, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr- ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, and At- tornies-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The President, or any one of the Executive Vice-Presidents, or any one of the additional Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con- currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents, Resident Assistant Secretaries and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or per- sons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also, all other in- struments and documents which the business of the Company may require, and to affix the seal of the Company thereto." ISSUE DATE 7/22/ PRODUCER William H. Ratz & Associates 2925 Briar Park, Suite 150 Houston, Texas 77042 Phone x/(713) 953-0250 INSURED Dickerson Construction Company,Inc. P.O. Box 181 Celina Texas 75009 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE E COMPANY A LETTER COMPANY LETTER B COMPANY LETTER C COMPANY D LETTER COMPANY E LETTER Mutual Ins. 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. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS IIIIIIIIIIIAE DATE (MMDDAY) DATE (MMDOA'Y) EACH AGGREGAT OCCURRENCE E G ENERAL LIABILITY f COMPREHENSIVE FORM INJURY $ $ PREMISES/OPERATIONS UNDERGROUND PROPERTY EXPLOSION 8 COLLAPSE HAZARD DAMAGE $ $ PRODUCTS/COMPLETEO OPERATIONS - CONTRACTUAL CBI a PO OMBINED $ $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY MLy ANY AUTO (PERPEM) $ - SWB 017708 Liab 9-1-85 9-1-86 ALL OWNED AUTOS (PRIV. PASS) . HER THAN) ALL OWNED AUTOS (OT EAL 554342 Excess 9-1-85 9-1-86 MY wy , PRIV / $ HIRED AUTOS NON OWNED AUTOS PROPERTY DAMAGE $ GARA GE LIABILITY BI a PD COMBINED $ 5000SL EXCESS LIABILITY H UMBRELLA FORM 81& PD COMBINED $ $ OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION STATUTORY AND $ (EACH ACCIDENT) EMPLOYERS' LIABILITY $ (DISEASE-POLICY LIMIT) - - - - - - - - - - - - - i s (DISEASE-EACH EMPLOYEE) OTHER vn yr vrcrwl RANOILV A I IUNWVt"IULtW5YECIAL ITEMS McKinney Street Sanitary Sewer SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- City of Denton PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 901-B Texas Street MAIL10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLEGA LIABILITY Denton, Texas 76201 OF ANY KIND UPON THE COMPANY IVES AGENT O"PDMN IVES Attn: John J. Marshall AUTHORIZED REPRESENTATIVE w William H. Ratz & nr N •I-• , INSURANCE CERTIFICATE This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date shall first occur. This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies listed is subject to all the terms of such policies. AND ADDRESS OF CERTIFICATE HOLDER City of Denton Purchasing Department 901-B Texas Street Denton, Texas 76201 Attn: John Marshall AND ADDRESS OF INSURED Dickerson Construction Co., Inc. P.O. Box 181 Celina, Texas 75009 DAIE VF IHIS I tKIIHCAlt 24, 1986 ISSUED AT Sherman, Texas TeXaS EMPLOYeRS Ins URance ASSOCIaTIon Texas EmPLOYeRS InoemnlTY company _ EM-P_LOYeRS Ca SUa LTY company EITTPLOYE3RS NaTlonaL In SURance company EMPLOYeRS Ca SUa LTY CORPORaTIon EITIPLOYeRS NaTlonaL In SURanCe CORPORaTIOn EFTTPLOYeRS OF TeXaS LLOYD'S u i b m u w u V 1 ITv..dl Bob Sims, Dist, Mgr. INSURANCE IN FORCE LIMITS OF LIABILITY NOT LESS THAN en D Ez a D Each P.rra n Eo<h Aald.nt P P li STATE AND Kind Policy Number ta ata er o cy ter Employe) tar Ocamnaq P., Peli<y Provi<ion< Par Pelny Provisions Or Apprepal. LOCATION OF OPERATIONS Item 1 Cevsraga Fully Complies With Requirements of L ' a i Part 1 1073 7' Compensation aw Texas Workers to v o . Disease Only Disease Only STATE OF TEXAS o a o` E Covers • Par; Ir And Renewal If Blank • 500 QUO E...a... 500 OUO 3 f h H di S ~~LVYn~ ~C NM/ LY $500000 T ereo ee ea ng 1I / , Item Z Coverage fully Complies With Requirements f L o. 6 Part I N/A State aw o - VS Disease Only Disease only , Y u d 3 w Cevaraga Part ll AnThe...I °I See Hleading $100,000 $100,000 $500,000 - Item 3 Bodily $ $ $ o d e Injury 827336* XXXX 500,000 Products Only U.S.A. ITS TERRITORIES OR I POSSESSIONS AND CANADA E c Property And Renewal If Blank • X X X C ined Sin a Limit O u Damage Thereof See Hooding llem 4 Bodily $ $ Not u 2 In'u 1 'Y NSA Applicable U.S.A. ITS TERRITORIES OR NS AND CANADA I S p a _ POSSE S O a' n' o Property Damage And Renewal Thereof If Blank - See Heading X X X S Net Applicable Item S $ $ $ Umbrella 654277 XXXXX 1 MILLI Liability And Renewal If Blank - XXM Thereof Sae Heading $ $ $ Item 6 $ S $ And Renewal If Blank - thereof Sae Heading $ $ $ REMARKS *Policy Includes Blanket Contractual, Products b Completed Operations JOB 89628 - Utilities CIP 1986, McKinney Street Sanitary Sewer TECO 17993 Id-1-Rdl CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: TYPE OF COVERAGE LIMITS OF LIABILITY I. WORKMEN'S COMPENSATION STATUTORY II. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each occurance Aggregate Property Damage $100,000 Each accident III. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 $1,000,000 Each person Each accident Property Damage $100,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with the following limits: BODILY INJURY PROPERTY DAMAGE $300,000 each person $100,000 each accident $300,000 each accident $1,000,000 aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. #0399c BID # 9628 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of McKinney Street Sanitary Sewer IN DENTON, TEXAS The undersignpd, 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. P - 1 It is understood and agreed that the work is to be completed in full within eighty (80) 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 'McKin6ey Street Sanitary Sewer BID TABULATION SHEET WORK DAYS 60 BID NO. --997S - PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I 2.12.8 110" ductile iron pipe 1 I 113 1 1 LF I I $ 1 7' w/LF I 1 20C). I I 2._12.14-A18" PVC sewer pipe 1 1448 1 I LF I 1 $ I (1 s /LF 1 1$,100, I 2.12.14-BI10" PVC sewer pipe 1 1 1 3903 1 I LF I $ I Iy js /LF I cs S~ e8 I 3-C (Remove walks and drives I I 1 34 I I SY I $ I )0. `~/SY I 3yo I I 5.7-B (Asphalt patch type D I 1 25 I I TON 1 $ I Oo.~'/TON 1 9 7.4 I I l Concrete Encasement I 50 I I CY I I $ 55. ` '/CY I I .7 75:. 7.6 I I (Concrete Manhole (VID.) I 13 I I EA I I $ I /dyy, yEA I 0cc( 8.3 (Concrete Driveways 1 30.50 I SY $ 3S /EA 8.3-A 1 1 (Concrete Sidewalk 1 3.5 I I SY I I $ I 35 /EA I iz SP-2 I I (Concrete Sawcut I 36 I I LF I I $ I J /LF SP-6 (Break into existing I I manhole I 1 I I EA I $ o~ I Scc. /EA I Scc, SP-7 I I (Sewer Cleanout I 1 I 1 EA I I $ I 350"/EA I 3~0 SP-9 I I (Drop Manhole I 1 I 1 EA I 1 $ I I~1$i, %EA I f "15c~= SP-10 I I (Rock Excavation I 0 I 1 CY I I $ I 3v`= /CY I SP-11 IRemove and replace 6" I Iconcrete headwall I 6 I I LF I I$ I Io. /LF I o, Log. SP-12A I I 18" Plug I 1 I I EA I 1 $ I L`i c!~ /EA I ZS c"= SP-12B I I 110" Plug I 1 I 1 EA I 1 $ I SL o_ /EA 1 .~v ~ SP-13 I I 118" bore and casing I 113 I 1 LF 1 I $ I 9c.°`/LF 1 /O ]y u_ I I I I I I I I 1 os I I I TOTAL BID I I o9 7.-13, I I I I I I I I I I I Addendums Received I i I I I I I I P - 3 BID SUMMARY TOTAL BID PRICE IN WORDS 0~, jJvuSAt~ ~Y t"~ {W„ 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 a Ck¢0..SooJ CONTRA BY.. c t c fox Icc l Street Address e : n c\. -7c-t, ca S City and State Seal & Authorization (If a Corporation) 14- 38~-aii3 Telephone P - 4