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