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