Loading...
HomeMy WebLinkAbout1998-378ORDINANCE NO ! 0 " 97? AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF A PUBLIC WORKS CONTRACT FOR THE ANNUAL CONTRACT FOR CONCRETE WORK, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2281 —ANNUAL CONTRACT FOR CONCRETE WORK AWARDED TO CALVERT PAVING CORPORATION IN THE ESTIMATED AMOUNT OF $550,000 00) 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 2281 CALVERT PAVING CORPORATION EXHIBIT "A" SECTION 11 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 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 specif}ang the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 17'4�' day of 1998 ATTEST JENNIFER WALTERS, CITY SECRETARY BY jo-t APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2281 ANNUAL CONCRETE CONTRACT ORDINANCE EXHIBIT i1xv :.2281 CALVERT :.CONTRACT CONCRETE WORK PAVING PAGE 1 OF 4 CORP ®� - • • DRIVEWAY SIDEWALK ®p�p I PATCH �I I • 1 • I' S� 1 .. 1 1 • . 1 1 }�s$ 41, 6 � t� ihrUVpLd&� . S✓M Loll • 100 SQ YOS ! S^e^4 I 3i nlgFiX tF. fy„tr '�. hi`4 Fii ac.vi.;,# f' tysa ✓r.-x ly3a tC� �. tl t Pf �a��� •� S, #I• s I4f EXHIBIT "A" BID # BID NAME DATE mamm 6 210C 2281 CONTRACT CONCRETE WORK PAGE 2OF4 20.Oct-98 CY ONE SACK CONCRETE BACKFILL CALVERT PAVING CORP $52 00 6 7 2-A EA ADJUST MANHOLE AND INLETS $572 00 7 4 S-1 LS TYPE A HEADWALLS 15"TO36"/PIPE $1 040 00 7 4 5.1 LS TYPE A HEADWALLS 39"TO72"/PIPE $2,080 00 7 4 5.2 LS TYPE B HEADWALLS 15"TO38"/PIPE $1 560 00 7 4 5-2A LS I TYPE B HEADWALLS 39"TO72"/PIPE $3,120 00 7 6 A-1 EA 4' ID MANHOLE WTO 8'DEPTH $1,248 00 7.8 A-1 1 VF EXTRA DEPTH $104 00 7 8 A-2 EA 5'X5' JUNCTION BOX WTO 6' DEPTH $1 560 00 7 S.A-2 1 VF EXTRA DEPTH $104 00 7 6 A-3 EA 4' ID MANHOLE 0' TO 8'DEPTH $1,404 00 7 6 A-3 1 VF EXTRA DEPTH $104 00 7 6 A-4 EA 8' ID MANHOLE 0' TO 6'DEPTH $1,612 00 7 B.A 1 VF EXTRA DEPTH $156 00 7 6 A-5 EA 8' INLET 0' TO 8' DEPTH $1,716 00 7 6.A-5 1 VF EXTRA DEPTH $156 00 7 8.A-8 EA 10' INLET WTO 8' DEPTH $2 080 00 7 6.A-6 1 a VF EA EXTRA DEPTH 4' INLET $208 00 $728 00 b 8' INLET $780 00 c 8' INLET $832 00 d 4EA 10'INLET $89400 a 4' INLET $1,560 00 b EA V INLET $1,664 00 c EA 8' INLET $1,872 00 d EA 10' INLET $2 080 00 81 LS Barrianden.Wamina SI ns & Detours $260 00 82 LS DOWEL -ON INTEGRAL CURB $6 24 821 LF DOWEL -ON INTEGRAL CURB (WITH FIBERS $716 EXHIBIT "A" 2281 CALVERT :.CONTRACT CONCRETE WORK G: 3 OF 4 CORP sit cR 1€".i in'.34^r vYl ..r, a1 t mIAI" I • 1 1: a� I ",✓i�`�€.�1 III - d!'fi't ; %' r saj a"` Un a� . 111 11 s® II - ul��� 1 . I • • 1 - -� , Lm 1 • I • � 1 1 . 1 • � 1 EXHIBIT "A" BID # 2281 CALVERT BID NAME CONTRACT CONCRETE WORK PAVING PAGE 4OF4 CORP DATE 20.Oct-98 SPA LF SAW CUT EXISTING ASPHALT) $1 56 SP-2 LF SAW CUT EXISTING CONCRETE $3 12 SP-3 CY STRUCTURAL CONCRETE CLASS A $364 00 SP-4 CY CONCRETE FOR LIGHT STANDARD BABES $234 00 SP-6 EA CONCRETE FOR TRAFFIC CONTROL PULL BOX $312 00 SP-7 SY CONCRETE PAD FOR SPAN SHELTERS $3510 Sp-8 EA WATER SERVICE ADJUSTMENTS $260 00 SP-9 LS MISC SPRINKLER SYSTEM ADJUSTMENTS $26000 �CfYll� CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, trade and entered into this 17 day of NOVEMBER 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 268 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 # 2281 — ANNUAL CONTRACT FOR CONCRETE WORK in the amount of $550,000.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the 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, mvitees, 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 APPROVED AS TO FORM CITY ATTORNEY CN:Qc.' I lyd OWNER 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) STATE OF TEXAS § COUNTY OF DENTON § Bond No. 1375629 KNOW ALL MEN BY THESE PRESENTS That CALVERT PAVING, whose address is P.O. BOX 268, DENTON, TX 76202, hereinafter called Principal, and Amwest 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 FIVE HUNDRED FUTY THOUSAND and no/100 DOLLARS ($550,000.00) 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 98-378, with the City of Denton, the Owner, dated the 17 day of NOVEMBER A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2281 — ANNUAL CONTRACT FOR CONCRETE WORK. 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 herein 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 lie 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, Drawmgs, 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 17 day of NOVEM BER 1998. ATTEST ATTEST PRINCIPAL Calvert Pavi BY G _�— PRESIDENT CY1RI:4 q Amwest Surety Insurance Company BY BY ATTORN N-FACT, Cindy Fowler 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 0r.. Ste 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 ) PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § Bond No 1375629 KNOW ALL MEN BY THESE PRESENTS That CALVERT PAVING, whose address is P.O. BOX 268 DENTON, TX, 76202, hereinafter called Principal, and nmwest 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, 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 FIVE HUNDRED FIFTY THOUSAND AND no/100 DOLLARS ($550,000.00) 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 98-378, with the City of Denton, the Owner, dated the 17 day of NOVEMBER A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID M 2281 — ANNUAL CONTRACT FOR CONCRETE WORK. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, films, 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 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 suretyslup, 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 17 day of NOVEMBER, 1998. ATTEST � � / ✓tit � ATTEST E PRINCIPAL Calvert Paving BY /� C PRESIDENT All ;iy11�`1 Amwest Surety insurance r BY _ A -, 7 NEY- -FACT, Cindy Fowler 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 US Dr., Ste, B. Richardson. TX 75081 (NOTE Date of Payment Bond must be date of Contract /f Resident Agent is not a corporation, give a person's name ) 2281 CONTRACT & BONDS LIMITED POWER OF ATTORNEY Amwest Surety Insurance Company Far West Insurance Company ExorrahonDate 10/OS/00 POWERNUMBER 0000937031 This document is printed on white paper containing the artificial watermarked logo ( w ) of Amwest Surety Insurance Company on the front and brown security paper on the back Only unaltered originals of the Limited Power of Attorney CPOA ) are valid This PDA may not be used in conjunction with any other PDA No representations or warranties regarding this PDA may be made by any person This PDA is governed by the laws of the State of Nebraska and is only valid until the expoabon date Amwest Surety Insurance Company and Far West Insurance Company (collectively the Company ) shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission 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 (972) 503 6925 - KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company (collechvely the "Company ), do hereby make, constitute and appoint Suzanne Baldwin William Baldwin Cindy Fowler Debbie Smith Michael B Hill As Employees of Baldwin Ins And Bonding Agency a Nebraska corporation and Far West Insurance Company a Nebraska corporation its true and lawful Attorney in 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 thei eto 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 to 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 of Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company a Nebraska corporation, DO HERFBY CERTIFY that this Power of Attorney remains in full 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 Bona No 1375629 Signed &sealed this 17th day of November 19 98 Karen G Cohen Secretary + + + It + + + + + + + + + * + + * RESOLUTIONS OF THE BOARD OF DIRECTORS * * * * * * * It * * * * * * * * * * * * * * * * * * * This POA 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 1983 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, recognizances and suretyship obligations of all kinds and said officers may remove any such attorney in fact or agent and revoke any POA previously granted to such person RESOLVED FURTHER, that any bond undertaking, recognizance or suretyship obligation shall be valid and bind upon the Company (i) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary or (u) 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 (uQ 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 persons 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 251h dayyL$ep4 JJ John E Savage Preside t Karen G Cohen Secretary State of California County of Los Angeles On September 25 1998 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 morels) 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(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted executed the instrument WITNESS my Ltd and official seal s PECOe,(ORON RA/Vc jI1,Jl �� �Q' (Seal) �'1pb1y P{�IAp `l�.*Clbllr0 t'44�t0;sPDgq H,y� ,� oQPp Dqq�\�. gStgnature tly...-1G ipJ,Sl,^ 1M A11001NCOlIdY = am@3 ant MVComm BOW Aug 6 r,lOW 1. 4 DFC 14 tit Wu,,DEC 14 OI r lees lees it 1�,�b >Nda '.byymq * g�haa 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 shall comply with the following general specifications, and shall be maintained in 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 AAA00350 REVISED 10l12M4 Cl - 1 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 throughot3i 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 - IX] A General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 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 AAA00350 REVISED 10/12/94 Cl - 3 Insurance Requirements Page 4 (X) Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability Insurance with Combined Single Limits (CSL) of not less than $500,000.00 either in a single policy or in a 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 (XI 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) 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 AAA00360 REVISED 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 [ 1 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 [ 1 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 [ 1 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 [ 1 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 [XI Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities 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 1406 096) - includes all persons or entitles 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. AAA00350 REVISED 10/12/94 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 mad 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 REVISE) 10/12/94 Cl - 7 Insurance Requirements Page 8 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 1s 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 1t 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 end 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 mall 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 AAA00300 REVISED 10/12M4 Cl - 8 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 AAA00350 REVISED 10/12/94 Cl - 9 RAYlV A KNIO NYOYRANC! M &LOIN, SUM A OW40 TX lawygN CALVISRT PAVING CORPORAININ PA. Max an DEMON TX 7BOBE 11'N 4 TO CMPV THAT THE POLICIES OF WDICATOD, NOTMINSTANDIND ANr NMI CERIPMAl l MAY IS ISSUED OR MAY PNO SIMMONS AM CONDITIONS OF SAM w: rmOrNIIAILANII ' >w A oO1NIAL NA`HY X ; IIYR6ICIIL alm" WBLI(r L ' OUIW ANO6 I X OCCUR OTSAOI i COtlIIlA07aRI 11101 , i A'AVIaIISSei LIWII X I ANY AMIO eol�um Au7oe IN® ALROS s IawaM® AWN/ SMNOE LAARRY LROYB (IAISRY WARILLA FDA I OIM THIN wISIOU FOR,I rSOII®YS OpAN01 lm N AM esLOTNLr LMBLm .ORRIN A: CONMACTCRB XOt11P. ; 1110111011 POUGM NNLOIN COMPANIES AFFORDING COVERAGE umm A TTMVIRAN MURANC! CO. I LOSS! S 17 " WORK COW ETSI FUND , La C , LCBWM~ D OIAIPA} LEM E I UETTeL INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY WENT. TWA OR CONOM13N OF ANY CONTRACT OR OTHER DOCUMENT WTH F ISK" TO WHO AW, THE 04UROM AFFORDED BY rHE PCUOIEJL DESCRIBED HERON IS SUBJECT TO ALL THE h P LIMEE& LIMITS SNOW MAY HAVE 911194 REDUCED BY PAID CLAMS. rOLor TIA®L I OLIO WPWTM ?OASY SSrM110N BRAS twawrq am prieO/M NOS PACPTMWI/N omms t SOIOTAOS , ae61AL AaONOW i } AOL j MINIMAL ►ACV fir_. 1 NMwoI wPry .AV j wa wells CAPBSIKSW TBPOBB101WB PACPNBWE// __e is e .mll , i Isom Iowa owns Owl" L OSTpal��tpO�M�OrO�y ••• r mBOpYggA�g, � g A 1SWNTNI�R WA1 � WNR�OOAT ONOWORKBII!' NWl1I�WN�N FAVOR OF TNN DAIS OP Cog" CITY OF ORNI'ON 1/1N TEXAS ST. OEM" 7X 7=1 iNle'S j colYlso IIIBLa! LOAN i ' I IOCLY RAW PM IAAei i wax Mw ; "am" i BACK accumo CS AaOlepA7E " . _ OCI ACCMW II ISOM ruler IMF ji OBSMS • BACN eiLaRS jl ; RNN7lO lOYIPMNNT Ioa000 1TS000 SHOULD ANY (F THE ABOVE CESCRBID PMJQM HE CAPICUM � INS DIPIRATION DATE THEIIEDF, THE ISSUING COMPANY WELL 1NOSMOM=OCODO( MAIL • DAYS WNrMN NORCE 70 THE COMFM E HOLM NAMED TO 711E IIPT, Ctj\'rt/4 BID # 2281 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF Annual Contract for Concrete Work 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 Bidder, 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 herein 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 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 the number of work days shown on the bid tabulation sheet Accompanying this proposal is a certified or cashier's check or Bic Bond, payable to the Owner, in the amount of five percent of the tota_ 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 fair 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 property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder Owner reserves the right to reject any and all bids Owner may investigate the prior performance of the bidder on other contracts, either public or private, in evaluating bid proposals Should bidder alter, change, or qualify any specifications of the bid, Owner may automatically disqualify bidder 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 price to wit P - 2 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity Unit Unit Price Total 2 115 Ring and Cover (Inlets 16 EA $ 208.00 /EA S 3328 00 Umt Pnce m Words Two Hundred Ei tit and No Cents 3-A Remove Concrete Pavement 1 180 SY $ 16.85 /SY $ 3033.00 Unit Pnce m Words Sixteen and Eighty Five Cents 3-B Remove Concrete Curb & Gutter 1 505 LF 1 $ 6.24 /LF IS Umt Pnce m Words Six and Twenty For CClIts 3-C Remove Concrete Driveway & Sidewalk 1 513 SY $ 1/SY $44.99 UnitPnce m Wards Sixteen and Eighty Five Cents 33 Unclassified Excavation 413 1 CY $ 9.36 /CY $ 3865 68 Unit Pnce m Words Nine and Thirty Six Cents 37 1 Compacted FdUEmbankartent I I I Cy $ 20 80 /CY S 20 80 Unit Pnce m Words Twenty and Eighty Cents 39 Sod 1 1 1 SY I $ 7 80 /SY '$ 7 80 Unit Pnce m Words Seven and Eighty Cents 5 7-B 2" Asphalt Pave (Type D Patch Material) 1 SY $ 78.00 Unit Pnce m Words Seventy Eight and No Cents 5 8-A-2 4" Concrete Flatwork (colored/textured) Is 0 to 100 Sq Yds 1 559 SY $ 56 16 /Sy $ 31393.44 UmtPncemWords Fifty Six and Sixteen Cents b 101 Set Yds To up I 1 I SY Is 56 16 /SY $ 56 16 Unit Price in Words Fif ty Six and Sixteen Cents 5 8-A 6" Concrete Pavement (Radius, Etc) $ $ a 0 to 50 Sq Yds 1 SY $ 30 42 /SY $ 30 42 Umt Pnce m Words Thirty and Forty Two Cents 5 8-A b 51 to 100 Sq Yds 1 SY IS 30.42 /Sy I $ 30 42 Unit Price in Words Thirty and Forty Two Cents 5 8-A c 101 to 500 Sq Yds 1 1490 1 SY $ 29 12 /Sy $ 43388 80 9/22/98 P 3 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description I Quantity Unit Unit Price Total Umt Pnce m Words Twenty Nine and Twelve Cents 5 8-A 1 6" Concrete Pavement (Radius, Etc with Fibers) a 0 to 50 Sci Yds 1 SY $ 31 36 /SY S 31 36 Unit Pnce m Words Thirt:X One and Thirty Six Cents b 51 to 100 Sq Yds 1 1 1 SY $ 31 36 /SY S 31 36 Unit Price in Words Thirty One and Thirty Six Cents c 101 to 500 Sq Yds 1 SY $ 30.06 /SY $ 10.06 Unit Price in Words Xhir 5 8-13 8" Concrete Pavement (Radius, etc ) Is 0 to 50 Sq Yds 39 SY S 35 10 /Sy $ 1368 90 Umt Pnce m Words Thirty Five and Ten Cents b 51 to 100 Sq Yds T 1 SY $ 35 10 /SY IS 35 10 Unit Price in WOrds Thirty Five and Ten Cents I c 101 to 500 Sq Yds 1 584 SY is 32 40 /SY IS 18921 60 Unit Price in Words Thirty Two and Forty Cents 5 8-B 1 8" Concrete Pavement (Radius, etc with Fibers) it 0 to 50 Sq Yds 1 1 1 SY $ 36 04 /SY S 36 04 Unit Price in Words Thirty Six and Four Cents b 51 to 100 Sq Yds I 1 I SY I $ 36 04 /SY $ 36 04 Umt Price m Words 5 8-B 1 C 101 to 500 S Yds 1 SY $ /SY $ 33.34 Unit Price in Words Thirty Three and Thirty Four Cents 6 2 10 (C) One Sack Concrete Sackful 5 Cy $ 52 00 /CY $ 260 00 Unit Pnce m Words Fifty Two and No Cents Manhole and Inlets Pnce m Words Five Hundred 9/22/98 P 4 EA 1$ 572 00 Two and No Cents 572 00 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity Unit Unit Price Total 7 4 5-1 IType A Headwalls (15" to 36" per pipe) 1 LS $ 1040.00 /LS I $ 1040 00 Unit Pnce In Words One Thousand Forty and No Cents 7 4 5-1 A T e A Headwalls (39" to 72" er i e) 1 1 LS IS 2080 00 /LS $ 2080 00 Unit Price In Words Two Thousand Eighty and No Cents 7 4 5-2 iType B Headwalls (15" to 36" per pipe) I 1 I LS $ 1560.00 /LS $ 1560 00 Unit Pnce In Words One Thousand Five Hundred Sixty and No Cents 7 4 5-2 A T e B Headwalls (39" to 72" r pipe) 1 LS $ 3120 00 /LS $ 3120 00 Umt Pnce In Words Three Thousand One Hundred Twenty and No Cents 7 6 A-1 4' ID Manhole (O' to 6' Depth) I 1 EA $ 1248 00 /EA $ 1248 00 Unit Pnce m Words One Thousand Two Hundred Forty Eight and No Cents 7 6 A-1 (1) Extra Depth l VF 1 $ 104 00 /VF $ 104 00 Unit Pnce m Words One Hundred Four and No Cents 7 6 A-2 5' x 5' Junction Box 0' to 6' Depth) 3 1 EA $ 1560 00 /EA 4680 00 Unit Pnce m Words One Thousand Five Hundred Sixty and No Cents 7 6 A-2 (1) Extra Depth 1 1 VF $ 104 00 /VF $ 104 00 Unit Pnce m Words One Hundred Four and No Cents 7 6 A-3 4' Inlet 0' to 6' Depth) g 1 EA $ 1404.00 /Ep $ 11232 00 Unit Pnce m Words One Thousand Four Hundred Four and No Cents 7 6 A-3 1 Extra Depth 1 1 1 VF $ 104.00 /vF I $ 104.00 UmtPnce m Words One Hundred Four and No Cents 7 6 A-4 6' Inlet 0' to 6' Depth) 1 EA $ 1612 00 BA $ 1612 00 Unit Price in Words One Thousand Six Hundred Twelve and No Cents 7 6 A-4 1 Extra Depth I 1 I VF $ 156 00 /VF $ 156 00 Unit price in Words One Hundred Fifty Six and No Cents 7 6 A-5 8' Inlet 0' to 6' Depth) 2 1 EA $ 1716 00 /EA $ 3432 00 Unit Price in Words One Thousand Seven Hundred Sixteen and No Cents 7 6 A-5 1 Extra Depth 1 1 1 VF $ 156.00 /VF $ 156 00 9/22/98 P 5 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity I Unit Unit Price Total Unit Pnce m Words One Hundred Fifty Six and No Cents 7 6 A-6 10' Inlet 0' to 6' Depth) 2 1 EA $ 2080.00 BA $ 4160 00 Two Thousand Eighty and No Cents 7 6 A-6 1 Extra Depth l VF $ 208 00 /VF IS 208.00 Umt Pnce m Words 7 6 A-7 Rebuilt Inlet Remove and Replace To a 4' Inlet 1 2 1 EA $ 728 00 /EA $ 1456 00 UmtPncem Words Seven Hundred Twenty Eight and No Cents b 6' Inlet 1 EA I $ 780.00 /EA $ 780 00 Unit Pnce m Words Seven Hundred Eighty and No Cents C 8' Inlet I 1 I EA Is 832 00 /EA IS 832 00 Umt Pnce m Words Eight Hundred Thirt Two and No Cents d 10' Inlet I 1 I EA $ 884.00 /EA $ 884 00 Umt Pnce m Words Ei ht Hundred Eighty Four and No Cents 7 6 A-8 Rebuilt Existmg Inlet (Special) a 4' Inlet 1 I EA $ 1560.00 /EA $ 1560 00 UmtPncem Words One Thousand Five Hundred Sixty and No Cents b 6' Inlet 1 l 1 EA $ 1664.00 /EA $ 1664 00 UmtPnce m Words One Thousand Six Hundred Sixty Four and No Cents c 8' Inlet 1 1 1 EA IS 1872.00 /BA $ 1872 00 Unit Pnce m Words One Thousand Eight Hundred Seventy Two and No Cents d 10' Inlet I 1 I EA IS 2080.00 /EA $ 2080 00 Unit Pnce m Words Two Thousand Eighty and No Cents 81 Bamcades, Wammg Signs & Detours 1 43 1 LS $ 260.00 /1 S $ 11180 00 Umt Pnce m Words Two Hundred Sixty and No Cents 82 Dowel -On Integral Curb 1 259 LF IS 6.24 /LF 1 $ 1616 16 Umt Pnce m Words Six and Twenty Four Cents 9122198 P 6 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity Unit Unit Price Total 82 1 Dowel -On Integral Curb With Fiber: I LF $ 7 18 /LF $ 7 18 Unit Price in Words 8 2-A Concrete Curb & Gutter a 0' to 250' 2876 1 LF $ 8 06 /LF $ 23180 36 Umt Pnce m Words Eight and Six Cents b 2501to 1,000' 1162 LF $ 8 06 RF $ 9365 72 Unit Pnce m Words Eight and Six Cents c 1,001' - up 8320 LF $ 7.28 /LF $ 60569 60 Unit Pnce m Words Seven and TwentZ Eight Cents 8 2-A 1 Concrete Curb & Gutter (With Fibers a 0' to 250' 1 LF $ 9 00 /LF $ 9 00 Unit Pnce m Words Nine and No Cents b 251' to 1,000, 1 LF I $ 9 00 /LF $ 9.00 Unit Pnce m Words Hipp And Nn CpntR c 1,001'-up LF IS 8,22 /LF $9.22 Unit Price in Words Eight and Twenty Two Cents 8 2 A-2 30" Surmountable Curb 1 85 1 LF $ 10.92 /LF $ 928 20 Umt Pnce m Words Ten and Ninety Two Cents 82 A-2 1 30" Surmountable Curb/Fibers I 1 I SY $ 11 86 /Sy 1 $ 11 86 Umt Pnce in Words Eleven and Eighty Six Cents 83 6" Concrete Dnvewa a 0 to 50 Sq Yds 1 671 1 SY Is 30.42 /SY I $ 20411 82 Unit Price in Words Thirty and Forty Two Cents b 51 to 100 Sq Yds I l I SY $ 30 42 Umt Pnce m Words Thirty and Forty Two Cents c 101 to 500 Sq Yds 1 743 SY I $ 29 12 /Sy $ 21636 16 Unit Pnce m Words Twenty Nine and Twelve Cents 9/22/98 P 7 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item 8 3 1 Description Quantity 6" Concrete /Dnvewa /Fibers I Unit Unit Price Total a 0 to 50 So Yds 1 I SY $ 30.42 /SY $ 30 42 Umt Pnec In Words Thirty and Forty Two Cents b 5ltol00Sq Yds I SY $ 30.42 /SY $ 30 42 Umt Pnce In Words ThirtZ and Fortz Two Cents c l0lto500Sq Yds 1 1 SY $ 29.12 Umt Pnce In Words Twenty NjIle and v 8 3-A 4" Concrete Sidewalk Is 0 to 5OSq Yds 771 SY I $ 28.08 /Sy $21649 68 UmtPnceIn Words Twenty Eight and Eight Cents b 51 to 100 Sci Yds 184 SY is 28 08 /Sy $ 5166 72 UmtPnceIn Words Twenty Eight and Eight Cents c 101 to 1,000 Sq Yds 1 1278 1 SY $ 26.00 /Sy '$ 33228 00 Umt Pnce In Words Twenty Six ans No Cents 8 3-A 1 4" Concrete SidewallvFibers Is 0 to 50 Sq Yds I SY $ 29 02 /SY IS 29 02 Umt Pnce In Words Twenty Nine and Two Cents 8 3-A I b 51 to 100 Sci Yds I 1 I SY $ 29.02 /SY $ 29 02 Umt Pnce In Words Ljillity Nine and Two Cents c 101 to 500 Sci Yds I 1 SY $ 26.91 /SY $ UmtPncelnWords Twenty Six and Ninety One Cents 84 Concrete Medians 1 SY $ 23 40 /SY $ 23 40 UmtPnceInWords Twenty Three and Forty Cents 86 Concrete Steps 1 10 1 SF $ 10.40 /SF $ 104 00 Umt Pnce In Words Ten and Forty Cents 8 15 Concrete Rip -Rap and Drainage Flumes 1 3741 1 SY $ 30.42 /Sy $113801 22 Umt Pnce In Words Thirty and FortX Two Cents 9/22/98 P 8 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity Unit Unit Price Total Sp-1 Saw Cut(Existing Asphalt) 80 LF $ 1 56 /LF $ 124 30 Umt Pnce In Words One and Fifty Six Cents SP-2 Saw Cut(Existing Concrete 625 LF $ 3.12 /LF $ 1950 00 Unit Price In Words Three and Twelve Cents SP-3 Structural Concrete Class A 127 CY is 364 00 /Cy $ 46228 00 UmtPnceln Words Three Hundred Sixty Four and No Cents SP-4 Concrete for Light Standard Bases 1 I CY $ 234.00 /Cy $ 234 00 Umt Pnce In Words Two Hundred Thirty Four and No Cents SP-6 Concrete for Traffic Control Pull Box 1 2 1 EA $ 312.00 /FA $ 624 00 Umt Pnce in Words Three Hundred Twelve and No Cents SP-7 Concrete Pads for Span Shelters I 1 I Sy IS 35 10 /SY $ 35 10 Umt Pnce In Words Thirt Five and Ten Cents SP-8 Water Service Adjustments I 1 I EA $ 260.00 /EA $ 260 00 Unit Pnce In Words Two Hundred Sixt:X and No Cents SP-9 Misc Sprinkler System Adjustments I 1 I LS $ 260 00 /LS $ 260 00 Unit Price in Words Two Hundred Sixty and No Cents TOTAL I is $537 3 *Five Hundred Thirty Seven Thousand Three Hundred Thirty Five Dollars and Thirty Cents* AWARD OF THIS BID WILL BE BASED ON BIDS OF ESTIMATEDQUANTITY'S 9/22/98 P 9 This bid will be in effect for a period of one year from date of award, but may be extended for additional one year periods if agreed upon, in writing, by both parties with all prices and conditions remaining the same. In submitting this bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. The completed Bid Proposal must be properly priced, signed, and returned. P 0. Box 268 Mailing Address Denton TX 76202 City State Zip Code 940/891-3205 Telephone Calvert Paving Corporation Bidder Signature President Title P - 11 AMWEST SURETY INSURANCE COMPANY r� BOND NO. 936789 BID DATE 10/20/98 PUBLIC WORKS BID BOND Know all men by these presents That we, Calvert Paving Comoration (hereinafter called Principal), as Print Surety), organized and existing under I, and AMWEST SURETY INSURANCE COMPANY, a corporation (hereinafter called laws of the State of Nebraska and authorized to transact a general surety business in the State of Texas , as Surety, are held and firmly bound unto City of Denton (hereinafter called Obligee) in the penal sum of Five percent( 5%)of the bid amount, but in no event to exceed nim Thr a T,ougand One Hundred Twenty Five & N0/100 Dollars($ 33 125 00 ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Bid #2281- Annual Contract for Concrete Work NOW, THEREFORE, if the contract is awarded to the Principal and the surety has been provided with sufficient proof by Obligee of acceptable financing for the project, and the Principal has, within such time as may be specified, (but in not event later than 60 days after such award), entered into the contract in writing, and provided a bond with surety acceptable to the Obligee for the faithful performance of the contract, or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the work covered by the bid, then this obligation shall be void, otherwise to remain in full force and effect SIGNED, SEALED AND DATED THIS DAY OF, October 20th, 1998 UN A3017 9 92 Calvert Paving Corporation Prmmpal Name By l signature AMWEST SURETY INSURANCE COMPANY Debbie Smith Attomey In F.,t