HomeMy WebLinkAbout1998-277ORDINANCE NO4�
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A PUBLIC WORKS CONTRACT FOR SOUTHEAST DENTON SIDEWALK
IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND
PROVIDING AN EFFECTIVE DATE (BID # 2254 SOUTHEAST DENTON SIDEWALK
IMPROVEMENTS AWARDED TO CALVERT PAVING IN THE AMOUNT OF $92,596 20)
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 therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2254 CALVERT PAVING $ 92,596 20
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, and insurance certificate after
notification of the award of the bid
SgCTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval //hh G—rC
PASSED AND APPROVED this the 1 day of 998
JA ILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
2254 SOUTHEAST DENTON SIDEWALK CONTRACT ORDINANCE
ATTACHMENT # 1
TABULATION SHEET
BID #
BID NAME
DATE
2254
SOUTHEAST DENTON SIDEWALK
20-Au •98
Calvert
Paving
A & J Industrial
Coatings
SOUTHEAST DENTON SIDEWALK
$76,237 10
$109,699 06
1
2
ALTERNATE 1 BRADSHAW ST SIDEWALK
$16,359 10
$28,714 00
TOTAL
$76,237 10
$109,699 00
ALTERNATIVE TOTAL
$92,596 20
$138,413 00
+-Vll- -ct-0-0
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 15 day of SEPTEMBER A.D.,
1998, by and between CITY OF DENTON of the County of DENTON and State of Texas,
acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do,
hereinafter termed "OWNER," and
CALVERT PAVING CORPORATION
P.O. BOX
DENTON, TX 76202
of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed
"CONTRACTOR"
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
BID # 2254 — SOUTHEAST DENTON SIDEWALK IMPROVEMENTS
in the amount of $92,596.20 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
work specified above, 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
CA-1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by
ENGINEERING AND TRANSPORTATION
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
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
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
AT ST
(`TTY nF T1 moN
OWNER
(i BY a
01 (S EA Tj
ATTEST,
APPROVED AS TO FORM
9my ,
CITY ATTORNEY
CA-3
CONTRACTOR
Calvert Paving Corporation
P 0 Box 268 Denton,TX 76202
MAILING ADDRESS
940/891-3205
PHONE NUMBER
940/891-0744
FAX NUMBER
BY President
TITLE
E D Calvert
PRINTED NAME
(SEAL)
Bond No 1366702
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That CALVERT PAVING, whose
address is P.O. BOX 268, DENTON, TX 76W2, hereinafter called Principal, and
Rmwest surety Insurance Company , a corporation organized and
existing under the laws of the State of TEXAS, and fully authorized to transact business in the
State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal
corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, in the penal sum of NINETY TWO THOUSAND FIVE HUNDRED NINETY SIX
and 20/100 DOLLARS ($92,596.20) plus ten percent of the stated penal sum as an additional
sum of money representing additional court expenses, attorneys' fees, and liquidated damages
arising out of or connected with the below identified Contract, in lawful money of the United
States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be
made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents This Bond shall automatically be increased by
the amount of any Change Order or Supplemental Agreement which increases the Contract
price, but in no event shall a Change Order or Supplemental Agreement which reduces the
Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-277, with the City of
Denton, the Owner, dated the 15 day of SEPTEMBER A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2254 — SOUTHEAST DENTON SIDEWALK
IMPROVEMENTS.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herem and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall he in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , 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, or to the Plans,
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 15 day of SEPTEMBER 1998.
ATTEST
BY
SECRET4RY
ATTEST
PRINCIPAL
Calvert Paving Corporation
BY-��
PRESIDENT
SURETY
Amwest Surety Insurance Company
BY
BY
ATTORNEY -IN -FACT Debbie Smith
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME William D. Baldwin
STREET ADDRESS 1201 Kas Drive, Suite B, Richardson, TX 75081
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name )
Bond No. 1366702
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That CALVERT PAVING, whose
address is P.O. BOX 268 DENTON, TX, 76202, hereinafter called Principal, and
Amuoef Cnwofy inA1lTAnf�A Cemnonv , a corporation organized and
extstmg under the laws of the State of TEXAS, and fully authorized to transact business in the
State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal
corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, and unto all persons, firms, and corporations who may furnish materials for, or
perform labor upon, the building or improvements hereinafter referred to, in the penal sum of
NINETY TWO THOUSAND FIVE HUNDRED NINETY SIX 20/100 DOLLARS
($92,596.20) in lawful money of the United States, to be paid in Denton, County, Texas, for
the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change
Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-277, with the City of
Denton, the Owner, dated the 15 day of SEPTEMBER A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2254 — SOUTHEAST DENTON SIDEWALK
IMPROVEMENTS.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of tune, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive nonce of any such change, extension of tune, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
Ulm
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 15 day of SEPTEMBER, 1998.
ATTEST
f a',
ATTEST
PRINCIPAL
Calvert Paving Corporation
BY
P SIDENT
SURETY
Amwest Surety Insurance Company
BY C
- BY�Do�—/-Z`1�
ATTORNEY -IN -FACT Debbie Smith
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME William D. Baldwin
STREET ADDRESS 1201 Kas Drive, Suite B, Richardson, TX 75081
(NOTE Date of Payment Bond must be date of Contract
corporation, give a person's name )
2254 CONTRACT & BONDS
N a!
If Resident Agent is not a
LIMITED POWER OF ATTORNEY
Amwest Surety Insurance Company
Far West Insurance Company
This document is printed on white paper containing the artificial watermarked logo ( A ) of Amwest Surety Insurance Company on the front and brown security paper
on the back Only unaltered originals of the Limited Power of Attorney ("PDX') are valid This PDA may not be used in conjunction with any other PDA.
No
representations or warrannep regarding this POA may be made by any person This PDA is governed by the laws of the State of Nebraska and is only valid until the
expiration date Amwest Surety Insurance Company and Far West Insurance Company (collectively the "Company ) shall not be liable on any limited PDA which is
fraudulently produced forged or otherwise distributed without the parrassion of the Company Any party concerned about the validity of this PDA or an accompanying
Company bond should call your local Amwest branch office at L 2) 503.6925
KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company
(collectively the "Company' ), do hereby make, constitute and appoint
Suzanne C Baldwin
William D Baldwin
Cindy Fowler
Debbie Smith
Michael B HIII
As Employees of BALDWIN INS AND BONDING AGENCY
a Nebraska corporation and Far West Insurance Company a Nebraska corporation
its true and lawful Attorney m-fact, with limited power and authority for and on behalf of the Company as surety to execute deliver and affix the seal of the company thereto
if a seal is required on bonds, undertakings, recognizances reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof
as follows
All Bonds up to $10,000,000 00
and W bind the company thereby This appointment is made under and by authority of the By Laws of the Company which are now in full force and effect
I, the undersigned secretary Hof Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY
CERTIFY that this Power of Attorney remains in fill force and effect and has not been revoked and furthermore that the resolutions of the Board of Directors of both Amwest
Surety Insurance Company and Far West Insurance Company set forth on this Power of Attorney, and that the relevant provisions of the By Laws of each company, are now
in full force and effect
Bond No 1366702 Signed&sealedthis 15thdayof September 19_ 98 'Ag�/ �
Karen G Cohen Secretary
« « « « * * * * * * « * « * * * « RESOLUTIONS OF THE BOARD OF DIRECTORS * * * * * * * * « : « * * * • * * * * * « a * * *
This PDA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company
at a meeting duly held on December 15,1975 and Far West Insurance Company at a meeting duly held on July 28, 1993
RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys in fact or agents with
authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the
Company to bonds, undertakings, recogntzances, and suretyship obligations of all kinds, and said officers may remove any such attorney in fact or agent and revoke any PDA
previously granted to such person
RESOLVED FURTHER, that any bond, undertaking, recognizance or suretyship obligation shall be valid and bmd upon the Company
(1) when signed by the President a any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary, or
(11) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly
authorized attorney in -fact or agent or
(ui) when duly executed and sealed (if a seal be required) by one or more attorneys in fact or agents pursuant to and within the limits of the authority
evidenced by the power of attorney issued by the Company to such person or pennons
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any PDA or certification thereof
authorizing the execution and delivery of any bond undertaking, recognizance, or other suretyship obligations of the Company and such signature and seal when so used shall
have the same force and effect as though manually affixed
IN WITNESS WHEREOF, Amwest Surety Insurance Company and Far West Insurance Company have caused these present to be signed by its proper officers, and its
corporate seals to be hereunto affixed this 12th dayDecember, 19
457
John E Savage, Presidefit Karen G Cohen, Secretary
State of California
County of Los Angeles
On December 12, 1997 before me, Peggy B Lofton Notary Public, personally appeared John E Savage and Karen G Cohen personally known to me (or proved to me
on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the
same in his/her/their authorized capacity(les), and that by his/her/their signatures) on the instrument the person(s) or the entity upon behalf of which the person(s) acted
executed the instrument
WITNESS my and official seal %Flomay& rj
<y \NBUH 9URANaM .,LplCfb �• CJ� 4UMON
ilCalblNo s
4" PPO 'P �� PO O Signature 9--E_�T (Seal)
JQ =�o �a'a�ym vij j°�P p� o n ee wr 5r lOa Af10MM 1�
Comm gtlpk.. `
W' DBC14 )bt
5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P.O Box 149104
Austin, Texas 78714-9104
FAX No (512) 475-1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim, you should contact
the company first If the dispute is not resolved, you may contact the Texas Department
of Insurance
ATTACH THIS NOTICE TO YOUR POLICY
This notice is for information only and does not become a part or condition of the
attached document
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine in advance of Bid submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low bidder fails to
comply strictly with the Insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all Insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
Indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time; however, Contractors are strongly advised to make such requests prior to bid
opening, since the Insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shal
comply with the following general specifications, and shall be maintained it
compliance with these general specifications throughout the duration of the Contract,
or longer, if so noted:
• Each policy shall be issued by a company authorized to do business in the
State of Texas with an A M Best Company rating of at least A .
• Any deductibles or self -insured retentions shall be declared in the bid
proposal. If requested by the City, the insurer shall reduce or eliminate
such deductibles or self -insured retentions with respect to the City, its
AM00350
REVISED 10/12/94 Cl -
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall procure
a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
• Liability policies shall be endorsed to provide the following•
•• Name as additional Insured the City of Denton, its Officials, Agents,
Employees and volunteers.
•• That such Insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and
that this insurance applies separately to each insured against whom
claim Is made or suit Is brought. The inclusion of more than one
insured shall not operate to increase the insurer's limit of liability
• All policies shall be endorsed to provide thirty(30) days prior written notice
of cancellation, non -renewal or reduction In coverage
• Should any of the required insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout the
term of this contract and, without lapse, for a period of three years beyond
the contract expiration, such that occurrences arising during the contract
term which give rise to claims made after expiration of the contract shall
be covered.
• Should any of the required Insurance be provided under a form of coverage
that includes a general annual aggregate limit providing for claims
Investigation or legal defense costs to be included In the general annual
aggregate limit, the contractor shall either double the occurrence limits or
obtain Owners and Contractors Protective Liability Insurance
• Should any required Insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City
receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date. If insurance is not reinstated, City
may, at its sole option, terminate this agreement effective on the date of
the lapse.
AAA00350
REVISED 10/12/94 Cl - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
In compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
NJ A. General Liability Insurance:
General Liability insurance with combined single limits of not less than
1 _nnn.nnn shall be provided and maintained by the contractor The policy
shall be written on an occurrence basis either in a single policy or in a
combination of underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used:
• Coverage A shall include premises, operations, products, and
completed operations, Independent contractors, contractual liability
covering this contract and broad form property damage coverage
• Coverage B shall include personal injury
• Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least
• Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, independent
contractors and property damage resulting from explosion, collapse
or underground (XCU) exposures
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal Injury liability and broad form
property damage liability.
AW0360
REVISED 10/12/04 Cl - 3
Insurance Requirements
Page 4
iA Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability Insurance with
Combined Single Limits (CSL) of not less than 1.000.000 either in a single
policy or Ina combination of basic and umbrella or excess policies The policy
will include bodily injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for•
• any auto, or
• all owned, hired and non -owned autos.
Ixi Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease. The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
Its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance
with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas
Worker's Compensation Commission (TWCC).
I I Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AAA00350
REVISM 10/12/94 Cl - 4
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be Issued by the same Insurance
company that carries the contractor's liability Insurance Policy limits will be
at least combined bodily Injury and property damage per
occurrence with a aggregate
[ l Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is
unavailable to the contractor or if a contractor leases or rents a portion of a
City building. Limits of not less than each occurrence are required
[ l Professional Liability Insurance
Professional liability insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection with
professional services Is required under this Agreement
[ I Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value
shall be provided. Such policy shall include as "Named Insured" the City of
Denton and all subcontractors as their interests may appear
[ I Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications.
AAA00350
REVISED 10/12/94 CI - 5
Insurance Requirements
Page 6
ATTACHMENT 1
[x) Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entitles
A. Definitions:
Certificate of coverage ("certificate") -A copy of a certificate of insurance,
a certificate of authority to self -insure Issued by the commission, or a
coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),
showing statutory workers' compensation Insurance coverage for the
person's or entity's employees providing services on a project, for the
duration of the project.
Duration of the project - Includes the time from the beginning of the work
on the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) -
Includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees. This includes, without limitation,
Independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project. "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
AAAM350
REVISED 10/12/84 Cl - 6
Insurance Requirements
Page 7
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the end of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended
E The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project, and
(2) no later than seven days after receipt by the contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project.
F. The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified
mail or personal delivery, within 10 days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
Informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify coverage and
report lack of coverage
AAA00350
REVISED 10112194 Cl - 7
Insurance Requirements
Page 8
I. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project,
(3) provide the contractor, prior to the end of the coverage period, anew
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(4) obtain from each other person with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person beginning
work on the project; and
(b) a new certificate of coverage showing extension of coverage,
prior to the and of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(5) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project, and
AAA00350
REVISED 10/12/94 Cl - a
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage
to be provided to the person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor is representing to the governmental entity that
all employees of the contractor who will provide services on the project will
be covered by workers' compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self -insured, with
the commission's Division of Self -Insurance Regulation Providing false or
misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
K The contractor's failure to comply with any of these provisions is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity.
AAA00390
REVISED 10/12/94 Cl - 9
SOUTHEAST DENTON SIDEWALKS BID TABULATION SHEET
Work Days__AQ_
Bid No
PO No
Item I
Description
I Quantity
I Unit
I
Unit Price
I
Total
121
Contractors Wan -antics and Understandings
LS
IS
3496 55
/I $
1 $
3496
55
Unit Price In Words Three Thousand Four
Hundred Ninety Six
and Fifty Five
Cents*
3-A
Remove Concrete Curb & Gutter
192
LF
$
5 00
/LF
IS
960
00
Unit Price In Words Five and no cents*
3-B
Remove Concrete Drives
4
1 SY
$
50 00
/Sy
$
200
00
Unit Price In Words Fif ty and no cents*
3 1
Preparation ofRight of Wa
LS
I $
3496 55
/LS
$
3496
55
Unit Price In Words Three Thousand Four Hundred Ninety Six
and Fifty Five
Cents*
39
Sod 1
10
LF
$
5.00
/LF
$
50
00
Umt Pnce In Words Five and no cents*
3 107
H dromulch 1
1824 1
SY
$
1.00
/Sl,
$
1824
00
Unit Price In Words One and no cents*
3 12 ITemporary
Erosion Control
I
LF
$
/LF
1 $
Unit Price In Words
5 7-C
2" Asphalt Pavement (Type D, Patch Mad
6 1
TON
$
loo . oo
trod
$
600
00
Unit Price In Words One Hundred and no
cents*
8 1
Bamcades, Warning Signs and Detours
LS
$
1000 00
/LS
1 $
1000
00
Umt Pnce In Words One Thousand and no cents*
83
6" Concrete Sidewalk
1 30
1 SY
$
40 00
/SY
$
1200
00
Umt Pnce In Words Forty and no cents*
8 3A
4" Concrete Sidewalk with Fiberrnes77
1824
1 SY
$
31 50
/Sy
$57456
00
Umt Pnce In Words Thirty One and Fifty Cents*
8 7-A
lRetammg Wall
1 201
1 LF
$
10 00
/LF
$
2010
00
Umt Pnce In WordS Ten and no cents*
8 7-B
Toe Wall
1 150
1 LF
$
io oo
/LF
$
15oo
oo
Umt Pnce In Words Ten and no cents*
EFFECTIVE 6/8/98 P 3
SOUTHEAST DENTON SIDEWALKS BID TABULATION SHEET
Work Days SQ
Bid No
PO No
Item
IDescription I
Quantity
I Unit
I
Unit Price
Total
812
Handrail 1
18
1 LF
$
30 00
/LF
$
540 00
Umt Price In Words ThirtZ and no cents*
8 14
Miscellaneous Fence I
-
I LS
IS
500 00
/LS
$
soo 00
Unit Price In Words Five Hundred and no cents*
SP-2
Concrete Saw Cut 1
72
LF
$
2.00
/LF
$
144 00
Umt Price In Words Two and no cents*
SP-27-A
Adjust Water Service and Meter Box I
1
I EA
$
100.nn/EA
$
Unit Price In Words One Hundred and no
cents*
SP-27-B
Ad ust Sewer Service and S S Cleanout
1
2
1 EA
$
300 00
/BA
$
600 00
Unit Price In Words Three Hundred and
no cents*
SP-39
Pro ect Signs
1
2 1
EA
$
/EA
$
Ann nn
Unit Pnce In Words Two Hundred and no
cents*
SP-43
As halt Saw Cut
1
30 1
LF
$
2,00
/LFIS
60 00
Unit Pnce In Words Two and no cents*
SP-45
MiscellaneousS nnklerSystem Adjustment
LS
$
loo.00
/LS 1
$
loO 00
Unit Pnce In Words One Hundred and no
cents*
Is
Is
Is
$
TOTAL
$ 76 , 237 10*
EFFECTIVE 6/8/98 P 4
ALTERNATE # t BID TABULATION SHEET Work Days___:__
BRADSHAW ST Bid No
PO No
Item
Description
Quantity
I Unit
I
Unit Price
Total
121
Contractors Warranties and Understandings
LS
$
750.05
/LS
$
750
05
Unit Price In Words Seven Hundred Fifty
and Five Cents*
3-A
Remove Concrete Curb & Gutter
1
63
1 LF
$
5.00
/LF
1 $
315
00
Unit Price In Words Five and no cents*
3-13
Remove Concrete Drives
1
21
1 SY
$
50 00
/Sy
$
1050
00
Unit Price In Words Fifty and no cents*
3 1
Pre aration of Right of Wa
LS
$
750 05
/L$
$
750
05
Unit Price In Words Seven Hundred Fifty
and Five Cents*
39
Sod
10
1 LF
$
5.00
/LF
$
50
00
Unit Price In Words Five and no cents*
3 107
H dromulch 1
320
1 SY
$
1.00 /Sy
$
320
00
Unit Price In Words One and no cents*
3 12
lTemporary Erosion Control
I LF
$
Unit Price In Words
5 7-C
2" Asphalt Pavement a D, Patch Matl
1
TON
$
100.00
/pp
$
100
00
Unit Price In Words One Hundred and no cents*
81
Bamcades, Warning Signs and Detours I
- I
LS 1
$
500 00
/LS 1
$
500
00
Unit Price In Words Five Hundred and no cents*
8 3
Dnvewa 6"
21
SY Is
40 00
/Sy
$
840
00
Unit Price In Words Forty and no cents*
8 3A
4" Concrete Sidewalk with Fibermesh 1
320 1
SY
$
31 50
/SY
$
10080
00
Unit Price In Words ThirtZ One and Fifty
Cents*
8 14
Miscellaneous Fence I
- I
LS
$
200 00
/LS
$
200
00
Unit Price In Words Two Hundred and no cents*
EFFECTIVE 6/8/98 P 5
ALTERNATE # t BID TABULATION SHEET Work Days;_
BRADSHAW ST Bid No
PO No
Item
Description
I
Quantity
I Unit
I
Unit Price
I
Total
SP-2
Concrete Saw Cut
1
71
1 LF
$
2
00
/LF
Is
142
00
Unit Price In Words Two
and no cents*
SP-27-A
Ad ust Water Service and Meter Box
1
2
1 EA
$
100
00
Z
$
200
00
Unit Price In Words One
Hundred and no
cents*
SP-27-B
lAdjust Sewer Service and S S
Cleanout
2
1 EA
$
200.00
/EA
$
400
00
Unit Price In Words Two
Hundred and no
cents*
SP-39
Pro ect Signs
1
2
EA
$
200
00
/EA
$
400
00
Unit Price In Words Two
Hundred and no
cents*
SP-43
AB halt Saw Cut
31
1 LF
$
2
00
/LF
$
62
00
Unit Price In Words Two
and no cents*
SP-45
Miscellaneous Sp ruikler System Adjustment
I
LS
$
200
00
/LS
$
200
00
Unit Price In Words Two
Hundred and no
cents*
Is
$
TOTAL
$16 , 35 9 10 *
EFFECTIVE 6/8/98 P 6
TOTAL BID PRICE IN WORDS *Seventy Six Thousand Two Hundred Thirty
Seven and Ten Cents*
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.
Calvert Paving Corporation
BY L- gt�7 G-�-
E.D. Calvert
P.O. Box 268
Street Address
Denton,TX 76202
City and state
Seal & Authorization 940/891-3205
(If a Corporation)
Telephone
B - 1
1
2
PROJECT
Southeast Denton Sidewalk
Alterate 1 • Bradshaw Street Sidewalk
TOTAL
ALTERNATIVE TOTAL
WORKDAYS BID
3_ $ 76,237 10
$ 16,359 10
3_ $ 76,237 10
35 $ 92,596.20
Award of the contract may be based on either the base bid of Southeast Denton Sidewalk, or the
combined bid of Southeast Denton Sidewalk and Bradshaw Street Sidewalk depending on
available funding. All work will be awarded to one contractor Total work days for the project
will be enforced Days will not be kept separately on each section of the project
IM
RAMEY ! XINQ INSURANCE
BSO S. WE, Butte A
Denton Tx 7620b7B28
NBUREO
Calvert Paving CogWdlon
P 0 Box 288
Denton Tx 76202
THIS IS TO CERTIFY THAT THE POU(
INDICATED, NOTWITHSTANDING ANY
CERTIFICATE MAY BE ISSUED OR MA
EXCLUSIONS AND Ci*OITIONS OF 8
Type OF NSNIANOa
TR
A c GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
¢ CLAMS MACE X OCCUR
} OWMERM S CONRiACTOR'B PROT
A AUIOMOSAB UMMJTY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
i HIRED AUTOS•,
NON -OWNED A"
GARAGE LIABILITY i
LVIIES U ASAM
UMBfEILA FORM
„ OTHER THAN UMMERLA FORM
WORKERS OOM H6ATIDN
B AND
RSMPLOYmir LM$AlrY
OTHER
A CONTRACTORS 80UIP
POLICY NUMBER
PACP7NISWgEN
CAPSMICSS84
TSFOODIO69348
PACP748W084
HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
JEUDN
CONTRACT TO
WITH CT
IB
TO ALL THEPECT
IIi: R6�6 BVNTHEPOLICIES DESCRIBED HEREIN SUBJET TERMS,
IN MAY HAVE BEEN REDUCED BY PAID CLAIMS V
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE (MM,DWY) DATE (MWDDNY)
02/07M 03/07/8B OENEFIAL AGGREGATE
$
2000000
PRODUCTSCOMPIOP ADD
2000000
PERSONAL a AOV HAIRY
ns
i
1000000
EACH OCCURRENCE
S
1000000
FIFE DAMAGE (MY " ee)
S
500000
MED EXPEr1SE (My o POW) i
a a
SOBS
0=7/OB OW07/00 COMBINED aNOLE
i
1000000
LIMIT
GODLY HAIRY
S
(Per ps A )
GODLY HAIRY
a
i
(Par AOOMM,e
PROPERTY DAMAGE
i
' EACH OCCURRENCE
i
„ AGGREGATE
i
STATUTORY LIMITS
�i
1010SA77 10/08/1118EACH ACCIDENT
E0M
DISEASE POLICY LIMIT
i
500000
DNEAIE EACH EMPLOYEE
S
SOOBBO
03/07/08 03/07M RENTED EQUIPMENT
2MM
DESCRIPTION OF OPERATgNSLOCATXNIENEHgLESGNECLLL M MB
CERTIFICATE HOLDER IS SHOWN AS ADDITIONAL INSURED
CITY OF DENTON
9010 TEXAS ST
DENTON
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL I BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 90 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY HIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES