Loading...
1986-0660923E ~ • NO. g7~6 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore; and WHEREAS, Section 2.36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $10,000; and WHEREAS, Section 2.09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 9568 R. S. Goodman Company $244,593.00 9592 Dickerson Construction $110,793.50 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the PAGE ONE • • 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 day of April, 1986. i C AR 0. TEWA , 0~ MAYOR CIT OF D TON, TEXAS ATTEST: L N, Y SE RE Y OF D NTON, TEXAS APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY: PAGE TWO TO: FROM: SUBJECT: RECOMMENDATION: • CITY COUNCIL REPORT • DATE:' April 1, 19G6 Mayor and Members of the City Council Lloyd V. Harrell, City Manager BID #3566 OVERHEAD DISTRIBUTION CONSTRUCTION We recommend this bid be awarded to the lowest bidder, R.S. Goodman Company, in the amount of X244,593.00. SUMMARY: This bid is for the construction of an overhead electrical distribution line for the Electric Distribution Department. The project includes (1) the Airport Substation Feeder, (2) North Loop 288 Extension Feeder, (3) Paige Road to Audra Lane along MKT Railroad and .11ayhi l l to Norse Road. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution FISCAL IMPACT: 1985/36 Electric Utility Bond Funds Respectfully submitted: Lloyd V. Harrell City Manager Pr %ared by: Name: Tom D. Shaw, C.P.Ill. Title: Assistant Purchasing Agent Approved: e~ John J. NarshalI, C.P.~9. `-Title: Purchasing Agent 15 77 LL; ~i r - ? - - JJ _ E CITY COUNCIL REPORT TO: Mayor and Members of the City Council • DATE: April i, 1936 FROM: Lloyd V. Harrell, City Manager SUBJECT: BID n9592 1986 C.I.P UTILITIES - SECTION G RECOMMENDATION: We recommend this bid be awarded to the low bidder, Dickerson Construction, Inc., of Celina, Texas, for the amount of $110,793.50. SUMMARY: We received only two bids on this project. However we feel that we received an excellent bid from Dickerson Construction Co. Their bid was $31,364.45 or 220 lower. The PUB has reviewed and approved this at their larch 19 meeting. BACKGROUND: Tabulation Sheet PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED: CIP 620-008-0461-9114 FISCAL IMPACT: There is no additional impact on the General Fund. Respectfully submitted: Lloyd V. Harrell City Manager Prepared by: N .lo J. 'ilarsha1l , C.P.M. le: Purchasing Agent Approved: me: hn J. Harsha1l, C. P. N1. Title: Ptirr,ha ci nn Rnon•'- T A` J! - 4 0 * A, CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this -2 day of April A.D., 19 86, by and between The City of Denton. T x s 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., P.O. Box 181 of the City of Celina , and state of Texas , termed CONTRACTOR. County of Party of the Second Part, hereinafter WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID #9592 1986 C.I.P. Utilities - Section G Purchase Order # 71715 for a total of $110,793.50 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by Jerry Clark, City Engineer all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. arty o the First Part, u v• Lloyd V. Harrell (SEAL) ATTEST: DICKERSON CONSTRUCTION CO. Party of t Second Part, CONTRACTOR By Title (SEAL) APPROVED AS TO FORM: City Attorney CA-2 0044b BOND NUMBER: 992-5931 PERFORMANCE BOND STATE OF TEXAS COUNTY OF HARRIS KNOW ALL MEN BY THESE PRESENTS: COMPANY, INC. , of the City of _ County of DENTON , and State of as PRINCIPAL, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto'the CITY OF DENTON, TX as OWNER, in the penal sum of one Hundred Ten Thusand Seven Hundred Plinety-Three and 50/100-------- Dollars (t__110.793.50 ) 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 2N day of APRTT, , 19 86, for the construction of BTD #9592 1986 C I P UTILITIES - SECTION G PURCHASE ORDER #71715 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. r 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; f That DICEERSON CONSTRUCTION CELINA 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 .11TH day of APRIL 1986 . DICKERSON CONSTRUCTION COMPANY, INC. Principal By LEWIS D. DICKERSON Title PRESIDENT FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety L/l~~ -~LCCIi ~ a REGENIA PIZZ Title ATTORNEY-IN-FACT P. O. BOX 181 Address CELINA, TX 75009 2925 BRIARPARK #150 Address 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. P B-2 0091b BOND NUMBER: 992-5931 PAYMENT BOND STATE OF TEXAS COUNTY OF HARRIS KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. County of DENTON , of the City of CELINA and State of TEXAS , as principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON, TX , OWNER, in the penal sum of One Hundred Ten Thousand Seven Hundred Ninety-Three and 50/100---------------------Dollars 110,793.50 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by then presents: WHEREAS, the Principal has entered into a certain written contract r with the Owner, dated the 2ND day of APRTT, 19 86 . FOR THE_CONSTRUCTION OF BID #9592 1986 C I P UTILITIES SECTION G PURCHASE ORDER #71715 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 11TH day of APRIL 19 86 DICKERSON CONSTRUCTION COMPANY, INC. Principal By LEWIS D. DICKE:RSON Title PRESIDENT FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety RBGE(KA PIZZO Title ATTORNEY-IN-FACT P. 0. BOX 181 Address CELINA, TX 75009 2925 BRIARPARK #150 Address HOUSTON, TX 77042 (SEAL) (SEAL) The name and address of the' Resident Agent of Surety is: WILLIAM H. RATZ & ASSOCIATES, INC. r 2925 BRIARPARK #150, HOUSTON, TX 77042 PB-4 0092b BOND NUMBER: 992-5931 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 MARYLAND a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of Eleven Thousand Seventy- Nine and 45/100------------------------------ Dollars 11,079.45 , 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: has this day and construct WHEREAS, said DICKERSON CONSTRUCTION COMPANY, INC. entered into a written contract with the said City of Denton to build BID #9592 1986 C.I.P. UTILITIES - SECTION G PURCHASE ORDER #71715 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 LE I D. DICKERSON and the said FTDEL.ITY AND DEPOSIT COMPANY OF MARYLAND as surety, has caused these presents to be executed by its Attorney-in-Fact REGENIA PIZZO and the said Attorney-in-Fact has hereunto set his hand this 11TH day of APRIL 19 86 . SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND BY: REGENIA WZZO PRINCIPAL: DICKERSON CONSTRUCTION COMPANY, INC. LEWIS D. DICKERSON Attorney-in-Fact MB-2 0093b The FIDELITY AND DEPOSIT COMPANY OF MARYLAND o D FIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by 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 William H. Rat z, Maryanne Wilson, Regenia Pizzo, Carole Kamman and Edward L. Moore, all of Houston, Texas, EACH ...............................................................................y t IT-e true and lawful agent and Attorney-in-Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings ...EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community.Guardians............. Xnd 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 COMPANY this ...............2.!.s t----------....---.-----....------------ day of.................. TAXWll;Y............................. A.D. 19.....85...... ATTEST: FIDELITY AND DEPOSIT COMPANY MARYLAND SEAL By . - ssutant cretary Vice-President FIDELITY AND DE SIT COMPANY SEAL l~ By............................-....f.... siistant Secretary Bice-President STATE OF MARYLAND CITY OF BALTIMORE i ss. On this 2 1 s t ' day of January , A.D. 19 85, before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the 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 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 Official Seal at a Cit of Baltimore the d and year first above written. No tary Pub4c • ■or~„~s My commission expires July._.1 1986 CERTIFICATE 1, the undersigned 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 said Power of Attorney were Vice-Presidents s eciallr authorized by the Boards 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, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 11 TH day of ...........APRIL .....................119 ...86.. . Ltatu.trxt-tar. 1 70-36 13 A is' t Secretary FOR YOUR PROTECTION LOOK FOR THE F&D `VATERM ARK 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." eff INSURANCE CERTIFICATE d v -o L O m v _o rn c E 0 0 -a c _o rn c_ O E 0 u m a 0 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 shalt remein 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 trot an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies listed is subject to all the terms of such policies. NAME AND ADDRESS OF CERTIFICATE HOLDER EFFECTIVE DATE OF THIS CERTIFICATE January 20, 1986 ISSUED AT City of Denton Sherman, Texas Purchasing Department 901-8 `exas St reet Texas EMPLOYeRS InsuRance ASSOcfaTIOn Denton, Texas 76201 T3XaS ETPLOY'RS Attn: Beaty fnoemnfTY company EMPLOYeRS c 8SL1aLTY_ _ NAME AND ADDRESS OF INSURED _ _ company EmPLOYeRS NaTIOnaL InsuRance company Dickerson Construction CO„ Inc. EMPLOYeRS casuaLTY P.O. Box 181 coRPORaTion Celina, Texas 75009 EMPLOYeRS NaTIOnaL InsuRance cORPORaTIon EMPLOYeRS OF Texas LLOYD'S BY thorized re_sentative) (Signed) c~ (Typed) Bob Sims, Dist. Mgr. INSURANCE IN FORCE LIMITS OF LIABILITY NOT LESS THAN Expiration Each Person Each Accident Date for Employe.l tor Occurrence) p,r Policy STATE AND Kind Policy Number Per Policy Provisions Per Policy Provisions pr Aparagate LOCATION OF OPERATIONS Item I Covero a P Fully Complies With Requirements of T ' a Part 73073 exas W orkers Compensatio n Low U ° ` Disease Onfy Disease Only STATE OF TEXAS Y a d 3 W Coveraga Part II An Thereof °I SeIf Blank - e Heading $100,000 $100,000 $500,000 Item 2 Coverage Fully Complies With Require f S l ments a Part 1 NIA tate aw o E c ° Disease Only Disease Only E 0 ° 3 Cove'a Ile And Renewal Thereof If Blank - See Heading 100,000 100,000 500,000 Item 3, Bodily $ $ - $ o e ° Injury 827336* XXXXX 500,000 Products Only U.S.A. ITS TERRITORIES OR co ° Ea c Property And Renewal If Blank - ?mbined S Vgle Limit POSSE SIONS AND CANADA U V a Damage Thereof See Heading X X X a Item 4 Bodily S S Not 2 o Injury Applicable U.S.A. ITS TERRITORIES OR S .4 a o Property And Renewal If Blank - X X X Not POSSE SIONS AND CANADA Damage Thereof See Heading $ Applicable Item S $ $ $ And Renewal If Blank - Thereof See Heading $ $ $ Item 6 S $ S And Renewal If Blank - Thereof See Heading $ $ $ REMARKS *Policy Includes Blanket Contractual, Products & Completed Operations Re: 1985 C.I.P. Utilities - Section B TECO 47993 14-1-84) CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies wilt mail ten (10) days' written notice to the party to whom this certificate is addressed. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED I 7 City of Denton 901-B Texas St. Bid 9592 Denton, TX 76201 L Attn: John J. Marshall, C.P.M. Purchasing Agent J DATE: 4/11/86 REMARKS: Project Location: Section G Project Name: Bid X19592 1986 G.I.P. Utilities MANIC ANU AUUrttjJ OF INSURED: Dickerson Construction Company, Inc. P.O. Box 181 Celina,.Texas 75009 - Insurance Company Type of Insurance Policy Effective Expiration Number Date Date LIMITS OF LIABILITY. Workmen's Compensation Statutory and Employers Liability Employers Liability Limits-$100,000 Comprehensive Bodily Injury General Liability S Each Occurrence Aggregate Products $ & Completed Operation Property Damage S Each Occurrence S Aggregate Operations $ Aggregate Protective S Aggregate Contractual Aggregate eroducts S & Completed Operation Comprehensive Bodily Injury 500 , 000 CSL National County Automobile Liability.. SWB 017708 9/1/85 9/1/86 $ Each Person Mutual Ins. Co. (Liability) $ Each Occurrence EAL 554342 9/1/85 9/1/86 Property Damage Included _ (Excess) $ Each Occurrence .Absence of any appropriate entry means no such insurance is in force. "Covers all owned, non-owned or hired vehicles 713-953-0250 PHONE W& MER OF AGENCY NAME AND ADDRESS OF AGENCY : WILLIAM H. RATZ & Associates, Inc.-' 2925 Briarpark, Suite 150 Houston, Texas 77042 Authorized Representatives oft a Insuran Companies referred to above. 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. II. III. WORKMEN'S COMPENSATION COMPREHENSIVE GENERAL LIABILITY Bodily Injury Property Damage STATUTORY $300,000 Each occurance $100,000 Each accident COMPREHENSIVE'AUTOMOBILE LIABILITY Bodily Injury Property Damage $300,000 Each person $100,000 Each accident $1,000,000 Aggregate $1,000,000 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 $300,000 each person $300,000 each accident PROPERTY DAMAGE $100,000 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 #_25U PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of. 1986 C.I.P. Utilities Section G 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, specifica.tions and the plans therein referred to, and has carefully examined the locati.ons~, 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 cal.l.ed for- in the contract and specifications in the manner prescribed therein and. according to the requirements of-the City as therein set forth. I-t- i.s 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 quant-iti.es of- work whether increased or decreased. are. to be. performed at. the unit prices set forth below except as provided for in the specifications. I't- 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 the working days allotted on the Bid Summary Sheet. 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 ri.ght.to r.eject 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. C.I.P.. SECTION G BID TABULATION SHEET WITHERS WATER LINE Unit Item Description Quantity Unit Price Total 2.12.20-A 6" Water line 55 LF 2s - 2.12..20-B 2.12..20-B 2.12.8-B 8" Water line Cast iron fittings 804.5 0 LF 1,3-75 ; so3 r^ 2.13-A . 6' Valves 2 LB EA so - _ 2.14 6." Fire hydrant. 1 EA ~ .0 C12- ~4 2..16-A 2 16-B 3/4" Water-service 1" 9- EA zsn 0 _roo zsa oe 2.1.6-C Water. service 2." Water service- 2 2 EA 3- 70, o0 2.1.6-D 4" Water. service . 1 EA E SD - = 3-B 3 Remove. curb. &.gutter 16 LF /0.011 /o. Esc. -C Remove: walks & drive 145 SY • 5..7-8 Asphalt patch type- D 5 TON id. = J~/Ja y 5.8 8 2-A 5x5. Conc. pad (Cl. A) 1 SY o 0 l00 l . 8 3 Conc. curb gutter 1.6 LF I 8.3-A Conc.. driveway Conc., sidewalk 1.42. 3 S Y Z7, 7, SP-2 Saw cut. ( exist conc.) 200 SY LF 27-_ X~ o Jo0 _ TOTAL: $ 3 ?93 re SP-6 Rock: clause, CY 30 Addendum Received:- 1 P - 3 C.I.P. SECTION G BID TABULATION SHEET FRAME WATER LINE Unit Item Description Quantity Unit Price Total 2.12.20-A 6"' Water line " 10 LF t5. zS„ o- 2.12. 20-B 8 Water line 1,550 LF •1o.s= f; 37 1 5r~ 2.12.8 8" Ductile iron . 2..12..8-B water pipe Cast- iron.. fittings 141.5 0 LF LB s oa 2..13-A 6" Valves 5 . EA L = S_ ° 2.13-B 8 Valves " 1 EA O.-Pl- s«,. - Aso 2.14 6 Fire hydrant 4. EA 105,0.0-, . ac)o.°= 2.16-A 3/4 Water service " 51 EA 7so.''= i:475,0 o• 2.16-B 3-A _1 Water-service 3 EA S,o.a- . loses. Remove conc. pave 4 SY uo 3-B Remove curb & gutter 1.0 LF Imo- ~~.°s 5..7-B Asphalt patch, TypeD 150 TON 8v i coo 5A Conc.. pave 4 SY o~ "Va . 7.4 Conc., encasement. 13 CY . o. 975 8.2-A Conc. curb & gutter 10 LF , SP-2 Saw cut. (exist conc.) 25 LF SP-5 15" (Gauge 7) steel. ? / casing-pipe 40. LF SAP* I SP-7 Meter-connection. 3 EA. Zso,'~ 5,a oT TOTAL.:. 1 !o, Soo, SP-6 Rock clause CY . Addendum-Received:: 9- 1 1 P - 4 BID SUMMARY SHEET Project Name 1. Withers Street Water line 2.. Frame Street Water line 3. Projects 1 and 2 Bid Total $ 3y. a53.su 1L, Soo. $ i/ o X f -7 s~ Number of Work Days 20 35 55 The two items above are. to be bid as one project and will be awarded togeth- er. The contractor shall not alter the items listed on the proposal or add any additional items. All hidden or unlisted, expenses must be incorporated into the listed items for the total bid. The additional Item SP-6 listed. Rock Clause must- show the price per cubic yard. The- amount- will be determined by the cubic yards removed. as- approved by the City of Denton inspector. The total amount shall not- be more than $5,000..00 for each-project listed. P - 5* BID SUMMARY TOTAL BID PRICE IN WORDS Q,~~ „Jeci( &_;n•J Sr (-V /V/ 4. be) fll ga c3/t-L ZI Celli In the event o.f 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 pr.ices contained in this proposal have been carefully checked and: ar.e submitted as correct- and' f,inal... Unit and lump-sum pr.i.ces- as shown for- each item listed in. this proposal,- shall. control. over extensions.. CONTRALTO BY w Z C /9 / L •2 !,`vim . / ~JC/)1 Street. Address City, and. State. Seal.&: Authorization ( If- a Corporation) ,;ty-jea -2/L. Telephone P 6.