Loading...
HomeMy WebLinkAbout2003-122ORDINANCE NO. P F/rEl_4u AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE DENTON SKATE PARK; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2992—DENTON SKATE PARK PROJECT AWARDED TO CALVERT PAVING CORPORATION IN THE AMOUNT OF $60,645). 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 1. 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 2992 Calvert Paving Corporation $60,645 SECTION 2. 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 3. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. 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 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of 2003. & CL EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY I APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, C1;FY ATTORNEY BY: 3-ORD-Bid 2992 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY .OE DENTON § THIS AGREEMENT, made and entered into this 13th day of May A.D., 2003, by and between City of Menton of the County of Denton and State of Texas, acting through Michael A Cmduff thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Denton , County of Trenton 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: in the amount of 60 645 nn 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 accordance with the plans, which includes all maps, CyQI plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: - . a& tl ATTEST: APPROVED AS TO FORM: &L 7 2L� CITY ATTORNEY CA-3 Calvert Paving Corporation CONTRACTOR P.O. Box 268 Denton,TX 76202-0268 MAILING ADDRESS 940/891-3205 PHONE NUMBER 940/891-0744 FAX NUMBER BY: ,<' 7�) TITLE President E.D. Calvert PRINTED NAME (SEAL) Bond No: TX 596399 PERFORMANCE BOND STATE OF TEXAS § - - - -COUNTY-OF-DENTON- - § - - - - - - - -.. - - - -.. . _ ... .- - - - - . . KNOW ALL MEN BY THESE PRESENTS: That C.aivert Paving f 1Rnratinn ✓, whose address is P n Box 269, Denton, TX 76202-0268 i hereinafter called Principal, and Merchants Bonding Company (Mutual) a corporation organized and existing under the laws of the State of To a 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 Ow er, in the pnal sum of SixtyThrni.cand Six Hundred F -FiVP. and nn/toe n nOLLARS�FN 45-QO 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 2001-122 , with the City of Denton, the Owner, dated the I Ith day of -May A.D. —2ofl3—✓a copy of wch is hereto attached and made a part hereof, for Rid 2992 _ Denton Skate Park Project 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. PB-1 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 Contractor to the Work to b_e_performed thereunder,_or to the Plans,_ Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4_ copies, each one�of which shall be deemed an original, this the 13th day of May 2003 ATTEST: Calvert Paving Corporati311� BY: - SECRET Y BY: PRESIDENT ATTEST: SURETY Merchants Bonding Com qp Mutual) BY: Pin ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Don E. Smith - Smith Construction Bonding STREET ADDRESS: 3116 Kellway Drive - Ste. 110 - Carrollton, Tx 75006 (NOTE. Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-2 Bond No: 596399 STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving C nrpnratinn whose address is P 0 Rox 268. Dentnn. TX 76202-0768 hereinafter called Principal, and Merchants Bonding Company (Mutual) a corporation organized and existing under the laws of the State of Iowa 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 enal sum 0 Sixty Thnncand Six Hundred Fnrty-Five and no/10O DOLLARS $ Fn5 nn )✓m 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 2nna-1 12 'with the City of Denton, the Owner, dated the 13'h day of May A.D. —2003—✓a copy of which is hereto attached and made a part hereof, for Rid ?997 _ nentnn Skate Park Project. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of 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. PB-3 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 o"f which shall be deemed an original, this the 13th day of May , 2003 . ATTEST: BY: v SECRET Y M PRINCIPAL Calvert Paving CorporatXn BY: PRESIDENT SURETY Merchants Bonding Company Mutual) BY: ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: STREET ADDRESS: 3116 Kellway Drive - Ste. 110 - Carrollton, TX 75006 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) dal LXY Merchants Bonding Company (Mlutual) POWER OF ATTORNEY Bond HID, TX 596399 Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL , e corpoi ation duly organized under fire 12111 of the Slate o1 Iowa, and having its principal office in the City of Des Moines, County of Poll', State o1 Iowa, rlai made, constituted and appointed, and does by It Jose presents nnake, constitute and appoint Don L. Smith ✓ o1 Carrollton and State o1 Texas its true and lawful Allorneyin-Fact, will-, full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances of other written obligations in the nature lheleof, subject to the limitation that any such instrument shall not exceed the amount of - TWO MILLION RIVE TTUNDRED THOUSAND (2,500,000.00) DOLLARS i and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as i1 such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by aulhorily of the following Amended Substituted and Restated By - Laves adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) an October 3, 1992. ARTICLE 11. SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney 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 fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 2nd day of January , 2002 •oaQ�N F 0 CO MA • z: 0:3, i; 1933 ; c: .y STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) ey /-'i 7,7x, President On this 2nd day of January , 2002 . before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say 1ha1 he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. e.0 r. RUTH K, MCCLAIN Commission Number 2012g9 Irby Commission ExpPlies Febl'ualy 19, 20(A Nola'), Publlo, Poll, Counip, Iowa Sl ATE OF I01 COUNTY Of POI I< ss. I, \41,11011l!Name!, Jl., Scclela I, nI Iha vil RCHANI'1, BONDING COMPAM 0/it II LI/M I, do helnhy Cr--Iii1y Ill:n thr "bow- al III iolcgninp ix a 11 ur and Coll eat iiy of the P OWFR Of AT] ORNI-Y em culw hr said MF1=:CHP,IdI S B01" DING COMPANY 1101I1 LIAI sli11 ir, liner and elh cl In y1IllnFSb VVlmcol. I haw ho"uninsr-I my h.,no-cud airmni Ili( (,,I el Ili LI.ml,ury,.,. 'hia. 13th da/oi May 2003-- i. Merchants Bonding Company Please send all notices of claim on this Wid to: Merchants Bonding Company (]Mutual) 6850 Austin Center Blvd., Suite 200 P. 0. Boy, 26720 Austin, TX 78755-0720 (512) 343-9033 (D Merchants Bonding Company Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. 0. Box 26720 Austin, TX 78755-0720 (512)343-9033 0 Merchants Bonding Company Please send all notices of claim o).) this boW to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, TX 78755-0720 (51.2) 343-9033 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 ojBid sabmissszon ia�vaitaability of insuranne 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 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 read: • 'SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERMLLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED' . • 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. 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: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $500,0nn 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. 1XI Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $inn 000 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, hued and non -owned autos. [x] 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 ---"aecurrence basis, audrtlrepolicythgsame- 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. [ ] 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. [ ] 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. [ ] 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. [ ] 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. ATTACHMENT 1 [Xj 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 §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and _(2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, 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; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the 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 oneyear thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (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. Bid 2992 - Denton Skate Park Project PROPOSAL (BID) FORM (Pagel of 3) Time: 2ip.m. Date: March 25, 2003 To: Purchasing Agent City of Denton, Texas 901-B Texas Street Denton, Texas 76201 rcMolnau The undersigned having examined the Contract Documents entitled: Denton Skate Park Project Bid # 2992 And having visited the site of the proposed construction, and having familiarized himself with the local conditions affecting the cost of the work, and with all addenda to the said documents, hereby proposes to furnish all supervision, labor, materials, equipment, tools, and accessories and to do all work in accordance with said documents and addenda thereto for the stipulated sum Of. Sixty Thousand Six Hundred Forty Five Dollars($ 60,645.00 i Total Base Bid Total Materials Incorporated into the Project $ 36, 387.00 Total Labor. Supervision and Materials Not Incorporated into the Project $ 24, 258.00 (The total of these two lines must equal the Total Base Bid) UNIT PRICES: The undersigned agrees that the following unit prices will apply to adjust quantities of materials indicated on drawings. Prices are for materials finished and installed. It is further 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 Owner's Representative, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth below except as provided for in the specifications. All unit prices are for addition or deletion. Bid Proposal Form (page 2R of 3) paving ponents (Fi3mished and installed): 5" thick 3600 PSI concrete paving w/post tension cables 1=afthwork a rainage (Furnish and. tam Cut, Transport and Place Onsite Soil import tuxtFfictat9f�Siteotr Fencine Components ( umish and,tnstall): $ 2.75 per S.F $ 3.00 per C.Y. $ 3:00 —Tercy 4' high chain link, 9gawith added vinyl touting fencing $, 11.40 der L.F Standard 4' wide X 4' height gate to match fence $ 187.00 3" OI) Line Post to match 4' fence $ 23.50 _each 2-5/8" OD Line Posts to match 4' fence $ 23.50 _each each Tui:'Comnonents (Furnish and install): Hydro mulched seeded Common Benttuda $� .45 per S.Y' Erosion 'o pi(FumishednndlnstaUd): Perimctx'r Si It Fence 1.50 per LY ADDITIVE ALTYANATE l: Provide and Place 4" of Topsoil over the project site $ 8,000.00 as shown on plan sheet C1. The approximate quantity of Topsoil required is 4,950 square yards. ADDITIVE ALTFkNATE 2: Provide and Place solid Common Bermuda grass as $ 2,805.00 shown on plan shot Cl. The approximate quantity of sod required is 935 square yards. ADDENDA: Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and initialing: Addendum: No. 1 3/20/03 Pr/ Addendum No. Addendum No. Addendum No._ Bid Proposal Form (page 3 of 3) The undersigned bidder hereby declares that he has visited the site of the work and has carefully examined the Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence work within ten (10) days after date of written notice to proceed and to substantially complete the work on which he has bid within 45 -- -Consecutive calendar -days subject to such extensions of time allowed by specifications. The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. The undersigned bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. BED GUARANTY: Enclosed with this Bid is a Certified Check for: Dollars ($ or a Bid Bond in the sum of Five Percent of The Greatest Amount Bid Dollars($ 5$ G.A.B. ) which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid is accepted by the Owner within 60 days after the bids are received and the undersigned fails to executed the Contract and the required Bonds with the said Owner within ten (10) days after the date said Bid is accepted: otherwise said check or bond shall be returned to the undersigned upon demand. Calvert Paving Corporation Contractor (firm name) -?�—C-- (If corporation, attest and affix Authorized Signature a Corporate Seal) President Title Address P.O. Box 268 City, State, Zip Code Denton,TX 76202-0268 Telephone 940/891-3205 BID NUMBFA 2993 BID ADDENDUM City at Denton, Te WI-9 Te Wroet PurchzWng Depentment nontun. Tow 76M Please add the attached pages to become part of the spex:ifications. 2. There are no other changes at this time. This forts sh amid be signed and returned with your W. Nanms E.D. Calvert Signature:�--- Company Calvert Paving Corporation Title: President Date: 3 25 03 FYin\Prch\AidSpOoOJ4)3 Shnde Stmetue Lte e: IZ:3'L PM Pace: 002-003 ACORD1e CERTIFICATE OF LIABILITY INSURANCE 06/oiz o PRODUCER (940)382-9691 FAX (940)243-1050 Ramey & King Insurance 510 North I-35 E Denton, TX 76205 THIS CERTIFICATE 15 ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC Fk INSURED Calvert Paving Corporation _ \� PO Box 268 rl/l�_\ Denton, TX 76202 11\-\� V INSURERA: EMC Underwriters 0021 INSURERS: Texas Mutual Ins. Co. TXMUT INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING _ ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DLTR O' rypE OF IN POLICY NUMBER P YEFFECTNE POLICYEXPIRATION LIMITS GENERAL LIABILffY 2ES6472-0 03/07/2003 03/07/2004 EACH OCCURRENCE $ 1,000,036 X COMMERCIAL GENERAL LIABILITY DACE TO RENTED E 300O CLAIMS MADE E OCCU MED M (Any one parson) $ 5,000 PERSONAL & ADV INJURY IS 1,000,000, A - GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY �ECo-T LOC AUTOMOBILE X LIABILITY ANY AUTO / 2ES6472-04 03/07/2003 03/07/2004 COMBINED SINGLELIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ A -AIfTOS/ "I ALL OWNED AUTOS SCHEDULED AUTr NON-OWNEDAUTOS / BODILY INJURY (Par accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC AUTO ONLY: AGO $ I ANY AUTO $ EXCESSIUMBRELLALIABILRY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ a IS DEDUCTIBLE $ RETENTION $ WORKERSCOMPENSATIONAND A0001110634 20011107 1/07/2002 11/07/2003 we srAnH 1 DTI- EL. EACH ACCIDENT q 500,000 B EMPLOYERS'LIABILRY ANY PROPRIETORPAFTNERJEXEOJTIVE OFFICERMIEMBER EXCLUDED? E.L. DISEASE- EA EMPLOYEE $ 500,000 II yes, describe under SPECIAL PROVISIONS below EL DISEASE - POLI]Y LIMIT q 500,000 OTHER D SCRIPTIONN OF OPERATIONS I LOCATIONS !VEHICLE /E%C 0 SAD E)BY EN 0 MENTI SPECIAL PROMSIO S o'b: BiQ 2992-Denton Skate Park aipoicy s�ia not be cancel ed, nonrenewed or materially changed ithout 30 days advanced written notice being given to the owner (city)except when the policy is being ancelled for nonpayment of premium in which case 10 days written notice is required.! aiver of subrogation issued in favor of holder in re ards to workmans comp The city of Denton is named as additional insured CITY OF DENTON, ITS OFFICIAIf-+: AGENTS EMPLOYEES AND VOLUNTEERS DENISE 901 B TEXAS DENTON, TX 76201 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION j�ATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 Zs WRITTEN NOTICETO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER 76 AGENTS OR REPREBENTATNE8. AUTHORIZED REPRESETNE �Pxc vTAv: M M r At-nvnisrgnnvnm FAX: (940)349-7302 OACORD CORPORATION 1988 ate: 6/12/03 Time: 12:32 PM To: Scott payne @ 940-349-7870 Page: 003-003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108)