Loading...
HomeMy WebLinkAbout2003-175ORDINANCE NO. azD3 "/75 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE PARKING LOT IMPROVEMENTS FOR MACK PARK, DENIA RECREATION CENTER AND SENIOR CENTER; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3015-MACK PARK, DENIA RECREATION CENTER, SENIOR CENTER, PARKING LOT IMPROVEMENT PROJECT AWARDED TO CALVERT PAVING CORPORATION IN THE BASE BID AMOUNT OF $259,652.44 PLUS ALTERNATES 1-7 IN THE AMOUNT OF $29,940 FOR A TOTAL AMOUNT OF $289,592.44). 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" orplans 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 3015 Calvert Paving Corporation $289,592.44 SECTION 2. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the 510— day of 2003. &C� — EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. P$OIUTY, CITY ATTORNEY IM 3-ORD-Bid 3015 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 17th day of A.D., 2003, by and between City of Denton of the County of Denton and State of Texas, acting through Michael A Condnff thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Denton , County of Denton and State of 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 1015 — Mack Park, Denia Recreation Center. Senior Center Parking I of Improvement Project in the amount of R7.R9,597. 94 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, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established ---- or e start o -w­orR­a­s-s­eTTo-rffiin wn en no tce o commence wor an com-plete all wo—lcr 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. TEST: ATTEST- a APPROVED AS TO FORM: CITY ATTORNEY (SEAL) Calvert Paving Corporation CONTRACTOR P.O. Box 268 -—Dentonr7X--76202=G268-- - ---.-- MAILING ADDRESS 940/891-3205 PHONE NUMBER 940/891-0744 FAX NUMBER BY: TITLE President E.D. Calvert CA-3 PRINTED NAME (SEAL) I Bond No: TX 596405 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corp r ,*`hose address ishereinafter 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, in the penal sum of Two llijndred Fighty Nine Thousand Five. Hundred Ninety Two DOLLARS and Ninety Four Cen $ 28 592 9d 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 2004-175 _ with the City of Denton, the Owner, dated the 17th_day of tune A.D. 2nn3 a copy of which is hereto attached and made a part hereof, for 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 Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, eat one of which shall be deemed an original, this the 17th day of June , ✓1003 . ATTEST: PRINCIPAL BY: G Calvert Paving Corporation - - - - -y ii/� LC� �.� SECRETA Y --- tl--: z- -- ATTEST: - t ; PRESIDENT SURETY Merchants Bonding Company (Mutual) BY: - �rn /• wG� 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 - Suite 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: TX 596405 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving C orporat 4wbose address is P n Roy 96R, Dentnn, TX 70.02-096R, hereinafter called Principal, and *SEE MEOW ✓ a corporation organized and existing under the laws of the State of 10wa , 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 Two Hundred Eighty Nine Thangand Five Hundred Ninety Two DOLLARS and Ninen Fnnr Cents ( 7R9,597 9d)l�n 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 2004-175 _ _ _ _ _ _with the City of Denton, the Owner, dated the IM day of hmP A.D. 2nn3 ✓ a copy of which is hereto attached and made a part hereof, for Rid aO14 —Mark Park-11en;a 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. *Merchants Boarding Company (Mutual) AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 17th day of Jame , 2003✓ ATTEST: lujQ1419F.1111 Calvert Paving Corporation G BY: SECRETAY BY: PRESIDENT ATTEST: 6YIl.7ViWA Merchants Bonding Company (Mutual) BY: O?L BY: 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 Kell -way Drive - Suite 110 - Carrollton, TX 75006 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person Is name.) PB-4 Merchants Bonding Company (Mutual) POWER OF ATTORNEY "Bond No. TX 596405 Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL)ldcorporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, Slate of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Don E. Smith \� of Carrollton and State of Texas its true and lawful Attorney -in -Fact, with 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 or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: Two Million Five Hundred Thousand ($2,500,000.00) Dollars and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, 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 II, SECTION 0 - 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 tat day of January, 2003. . •0�01pF 9Ma'9'• ,'0:v0 'p�•Zs: a'• 1933 ; c: .ti STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By /--C"X7 President On this tat day of January, 2003, before me appeared tarry Taylor, to me personalty known, who being by me duly sworn did say that 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. p MARN BOY F Commissionion Number 10012 ow. My Commission Fxpires November 4, 2009 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, WNiam Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. / In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 17thday of JLM , 20031/ aQ\NR . Cp 0o,.oPPO y' •z, a' 1933 :-y ; :yJ'•. Secretary MSC 0814 (2/03) 0 Merchants Bonding Com]Dany Please send all nof.ices of claim on this bond to.- MP-3-chants Bonding Company (hdutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, Ti, 78755-0720 (512) 343-9033 0 1 Merchants Bonding Company Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, TX 78755-0720 (512)343-9033 (D Merchants Bonding Company Please send ail notices of claim o)..) this bond to: Merchants BmAing Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, TX 78755-0720 (512) 343-9033 ACORD, CERTIFICATE O LIABILITY INSURANCE 06/osri0o PRODUCER (940) 382-9691 FAX (940)24 1050 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Ramey & King Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 530 North I-35 E HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THEIPOLICIES BELOW. Denton, TX 76205 INSURERS AFFORDING COVERAGE : NAIC III INSURED Calvert Paving Corporation 015uRERA. EMC Underwriters - 0021 PO Box 268 NNURERO: Texas Mutual Ins. Co. TXMLIT L4'URERC INSUPER D' �F-- Denton, TX 76202 \\ COVERAGES II THE POLICIES OF INSURANCE LISTED BELOW'HAVE BEEN I ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRA SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING T OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO 9 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN R DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH UOED BY PAID CLAIMS. IR LT D' TYPE OF W$U E POLICY'UMbFR P VEFFECTNE POLICYEXPIRATION LIMR9 GENERAL LueanY 2EI56472-04 03/07DAM /2003 03/07/2OD4 HOCCURRENCE $ 1000 000 DMLAGE TO RE14MC, SE (Ea $ 300.0 X CCIN RCV GENERA UABILITY i C_A;M1IS MAD'c [X�OCCU . ERE one Facul) $ 5 O A PFFSf1NA1 R ADV INJURY $ 11000,000 GENERAL AGGREGATE GENL AGGREGATE LIMITAT?LIES PCR. POLICE I JECI -C PRGCUCTS COMP;GP AGG $ Y, UOO 0 - I - AUTOMOBILELMBILNY X M!a.Ro I 2E56472-04 03/07/2003 T03/07/2OD4 COMBINED SINGLE OMIT tee aodamj $ 1,000,000 DOOILY INJURY (Per Fenonl ALL OWNEDAUTOS SCHEUU EOAUIUS A I HIPEDAUTOa NOW-CIJHED 41JTQ5' I I X X BODILY i em, (Per'a['.cltl9ml $ PiX1FERl'Y DAMAPF (Per ao��Oen) $ GARAGE LIABILRY .NJrO ONLY - EA ACCIDENT ^a ' ANY ALTO THFEA ACC C,R _ AUfG ONLY IT E%CE9S0.IMRRELLALMBIUW OCCUR F7 CLAIM'S MADE SACS OCCURRENCE I$ AGGRECATE $ $ r 1 � DEGUf.TIBIE $ $ RETENTION $ WORKERS COMPERSATIONAND T--------6 4 20011107 1/07/2002 11/07/2003 wC STanr B �MY EMPLOYERS' LABILITY PROFRIETOP/PAR'NIEPJEXECJTIVE -.FFTOE"AEIADER EY:CLUCI:D7 Ilyes, de cnbe LCiw SYECIAi FFOVI'iIIUNS CWO'A E.I. EACH ACdDEWT q 5QO O E'. L. DISEASE - F.AEMPLOYEE $ ODO E.L. DISEASE - POLICY LIMIT Is SOO,O OTHER D SCRI 0 OF OPERA IONSfLOCAiI NSIYEHICLESI ONE AD o�D: �1«� 3015 �1ack Par�C, Denia Recreatio EDBY'ENDORSENENTISPEC PROVISIONS �� Center, Senior Center Parking Lot Improvement Project. 5✓ aid olicy shall not be cancelled, non renewed or materially changed without 30 days advanced written otice being given to the owner (city) except when the poly' is being cancelled for non payment of remium in which case LO days writtery no ice is required✓Waiver of subrogation is issued in favor of older in regards to workmans comp. The ity of Denton is named as additional insured-:✓ CITY OF DENTON, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS DENISE 901 B TEXAS DEMON, TX 76201 SHOULD ANY OF THE ABOVE OGECRI990 POLICIES eE CANCELLED EEFORE THF. E%PIRAl10N THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL -Q_ AYS WFTTEN NOTICE TO THE CERTIFICATE HOLDER NAKED TO THE LEFT, BUT FAILURE TO MA SUCH NOTICE SHALL IW OSE NO OBLIGATION OR U SILKY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTA4E ACORD25(2000S) FAX: (940)349-7302 lI OACORD CORPORATION 1988 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 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 MATERIALLY 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 drigmating afar suchTapse shall —n—otlie processed-unril7t ie 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 5nn,.non 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 (XCi) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. Ix 1 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 ofaltautomobites and -mobile equipment usedin conjunction witlrthis-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. [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 "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. [ ] 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 [ x] 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'r - include,- - without Zimitation,— providing;- hauliing; - or-deh`venng - 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 one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (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 -lie based on proper reporting of classification codes anct 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. SECTION 00300 — Proposal (Bid) Form Time: 2:p.m. Date: May 15, 2003 To: Purchasing Agent City of Denton, Texas 901-B Texas Street Denton, Texas 76201 Gentlemen: The undersigned having examined the Contract Documents entitled: Mack Park, Denia Recreation Center, Senior Center Parking Lot Improvement Project Bid #3015 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 proposed 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. %0 Hma-ed Fifty turn MuEad Six Rixted Fifty Ito & 44/100* Dollars ($ 259,652.44 1 Total Materials Incorporated into the Proiect* $ 155,791.46 Total Labor. Supervision and Materials Not Incorporated into the Proiect* $ 103,860.9B I* The total of these two lines must equal the Total Base Bid cost. BASE BID COSTS FOR THE INDIVIDUAL SITES: The Bidder must provide the total base bid cost for each project site. The City is requiring the cost of each project site for information and budgetary considerations. It is not the City's intent to divide the individual project sites into separate contracts or to eliminate any of the project sites to bring the project within budgeted amounts. Mack Parking Lot Renovations — North 013e tred 2n'ty MO Snmrrl 51) Hxdma Ftaty ` wo & 73/100* ($ 132,242.73 1 Wck Park o Mack Park Parking Lot Renovations — South Eijjrty tti9'*- 71xximrd Mxne Hxdmd SixLy Ftxs & 47/100* ($ 88,364.47 1 Mack Park South TOO Denia Recreation Center Parking Lot Sautam 2n-Eard Ftas Hx&ed Sixty Zto & 62/100* ($ 17,462.62 1 on r TOW Senior Center Parking Lot Ztmdy One 7irusaird F3.w Rrdre l M91 ty Bno arts 62/100* ($ 21,582.62 1 error center Totw e.e.... �.......�� .. a.�..�.o..e.a,..r�s, e.� 00300 -1 ALTERNATES: Alternate #1 — Add — Clean and seal the cracks in the surface of the asphalt parking lot at the Denia Recreation Center in compliance with the plans and specifications. Flee ardmi & 00/100* Dollars ($ 500.00 ) rs Is * The total of these two lines must equal the Altemate #1 cost. Alternate #2 — Add — Clean and seal the cracks in the surface of the asphalt parking lot located in the northeast comer of Denia Park, in compliance with the plans and specfications. Fi%e Hunted & 00/100* Dollars ($ 500.00 ) * The total of these two lines must equal the Atemate #2 cost. Alternate #3 —Add — Construct the expanded concrete parking lot and associated elements within the southern Mack Park, in compliance with the plans and specifications. MErty Qe Mumard Six Hxdied Kl4ky Etis & 00/100* Dollars ($ 3,684.OD ) $ 13,010.40 $ 8,673.60 * The total of these two lines must equal the Altemate #3 cost. Alternate #4 — Add — Construct the concrete pad and loading zone pavement for the northern dumpster (Swimming Pool) at the Senior Center in compliance with the plans and specifications. Qe 'IlnmNrl Nine Rzft-ed Fifty Sam aril 00/100* Dollars 1, 957.00 ($ ) * The total of these two lines must equal the Altemate #4 cost. Alternate #5 — Add — Construct the concrete pad and loading zone pavement for the southern dumpster at the Senior Center in compliance with the plans and specifications. QM MnBm-d Nine Hxft-ed Eighty'Ito & 00/look Dollars ($ 1,982.00 ) Total Materials Incorporated into the Project* $ 1,174.20 Total Labor. Supervision and Materials Not Incorporated into the Project* $ 192.80— * The total of these two lines must equal the Altemate #5 cost. --.._.��...-....o..�....*�.o..�.d...,=a..— 00300-2 Alternate #6 — Add — Construct the parking lot driveway connection between the Senior Center parking lot and the swimming pool driveway and all associated miscellaneous construction in compliance with the plans and specifications. %,r) Mnnan3 %rm Rxiked & 50/100* Dollars ($ 2,317.50 ) $ 1,390.50 927.00 " The total of these two lines must equal the Alternate #6 cost. Alternate #7 — Add — Clean and seal the cracks in the surface of the asphalt parking lot at the Senior Center in compliance with the plans and specifications. Q-e rib a & 00/100* Dollars ($ 1,000.00 . The total of these two lines must equal the Alternate #7 cost. UNIT PRICES: The undersigned agrees that the following unit prices will apply to adjust quantities of materials indicated on drawings. Prices are for materials furnished 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. PAVING COMPONENTS (FURNISH & INSTALL): 6" Asphaltic Pavement 5" Asphaltic Pavement 6" Depth Cement Stabilized Subgrade 6" Depth Lime Stabilized Subgrade 6" Depth Compacted Subgrade 5" thick 3000 PSI concrete paving 8' Wide x 5" Depth concrete walkway 6' Wide x 5" Depth concrete walkway 1.28 DollarsperS.F. 1.07 DollarsperS.F. 3-OD DollarsperS.Y. 3.00 Dollars per S.Y. 1-00 Dollars per S.Y. 2'50 Dollars per S.F. 24.00 Dollars par L.F. 18.00 Dollars per L.F. 8 J 11 5' Wide x 5" Depth concrete walkway 15.00 Dollars per L.F. 5" thick 3000 PSI concrete paving 2.75 Dollars per S.F. 8" Thick 4000 PSI Dumpster Loading Zone Concrete 4.00 Dollars per S.F. Dowel into existing Concrete Curb 10.00 Dollars each Dowel into existingConcrete Pavement 10.00 Dollars each EARTHWORK & DRAINAGE (FURNISH & INSTALL): Cut, Transport & Place On -site Soil 2.00 Dollars per C.Y. Import and Place Off -site Soil 2.00 Dollars per C.Y. Export and Dispose On -site Soil 2.00 Dollars per C.Y. DRAINAGE COMPONENTS (FURNISH AND INSTALL): 5' wide concrete flume 22.00 Dollars per L.F. Type C Headwalls @ Existing Culverts 11000.00 Dollars each TURF COMPONENTS (FURNISH AND INSTALL) Common Bermuda solid sod Staked Common Bermuda solid sod Drill Seeded Common Bermuda Grass Hyrdromulched Common Bermuda Grass Drill seeded rye grass Broadcast seeded rye grass EROSION CONTROL (FURNISH AND INSTALL): Perimeter Siltation Barrier Swale Siltation Fabric Barrier Stabilized Construction Entrance Staked Erosion Control Matting Inlet protection 2.50 Dollars per S.Y. 2.60 Dollars per S.Y. 1.50 Dollars per S.Y. .50 Dollars per S.Y. 1.00 Dollars per S.Y. .50 Dollars per S.Y. 1.50 Dollars per L.F. 1.50 Dollars per L.F. 500.00 Dollars each 1.25 Dollars per S.Y. 5OD•00 Dollars each BIDDER understands the statements and Owner's objectives contained in SECTION 01010 — Summary of Work. 00300 - 4 J ADDENDA: Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and initialing: Addendum: No. 1 5/1 /03 Addendum No. Addendum No. 5/14/03 Addendum No. 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 each park as follows: MACK PARK: July 15, 2003 — September 1, 2003 DENIA RECREATION CENTER: September 1, 2003 — October 10, 2003 DENTON SEIONOR CENTER: June 15, 2003 —November 1, 2003* * Indicates the range when work maybe accomplished; the Contractor shall prosecute the work diligently once construction begins and complete the work at the Senior Center within forty-five (45) consecutive calendar days. All work schedules are 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. I...,.e,...�� �.a�..M.da.o..a..��,�.� 00300 - 5 I BID GUARANTY: Enclosed with this Bid is a Certified Check for. Dollars ($ ) or a Bid Bond in the sum of Fiw Percent Greatest Apt EtLd 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 retumed to the undersigned upon demand. Calvert Paving Corporation Contractor (firm name) Authorized Signature President Title Address P.O. Box 268 City, State, Zip Code Denton, Tx 76202-0268 Telephone 940/891-3205 (End of Section) Qf corporation, attest and affix a Corporate Seal) ..w,-.�...a...� ��.... o. �... u...�. 00300 - 6 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we CALVERT PAVING CORPORATION P.O. Box 268 Denton TX 76202 as Principal, hereinafter called the Principal, and MERCHANTS BONDING COMPANY (MUTUAL) 2100 Fleur Dr. - Des Moines, IA 50321-1158 a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held and firmly bound unto City of Denton 901-B Texas Street Denton, TX 76201 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars ($ 5 % G.A.B. ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, The Principal has submitted a bid for Parking Lot Improvement Project — Bid 3015 Mack Park, Denia Park, Senior Center NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of Mav , 2003. CALVERT PAVING CORPORATION (Principal) (Seal) E.D. CalV Ct (Tide) PLmsiclat O MERCHANTS BONDING COMPANY (MUTUAL) �2� a(Sure J (Sea:) L (Witness) &n _ Don E. Smith (Fide) Attorney -In -Fact ALA DOCUMENT A310 . BID BOND. ALA 0. FEBRUARY 1970 ED . THE AMERICANNSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 Merchants Bonding Company (Mutual) POWER OF ATTORNEY Bond No. Know All Parsons By These Prosonfs, Thar the MERCHANTS BONDING COMPANY (MUTUAL), a corporalionduly bmatimcd under the laws of the Slate of Iowa, and having its principal office In the City of Des Moines, County of Polk. Stale of Iowa, halh made, constituted and appointed, and dons by these presents make, constitute and appoint M & D Bonding Inc. dba Smith CanstroclivaBonding ())oil U, Smith) of Armors' Branch and Slate of Texas its true and lawful Atlornby-in-Fact, whh full power co and authority hereby nferred in Its name, Place and stood, to sign, executo, acknowledge and da!lvof in its behalf as surety any and all bnnde. undertakings, recogliizanees or other wdlton obligations in die nuturo thereof, subjek:! lu aim limitation that any Such Instrument shall not emmed the amount of. TWu Million f'Ivc IIandred Thousand ($2,500,000,00) D011at-s and to bind tfa, MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS 60NDING COMPANY (MUTUAL), and al die acts of said Adornoy-in-Paol, pursuant to the authority herein divan, are hereby retired end confirmed. Tf•ta Power-M-Anornay is made and executed pursuant to and by authority W the following Amended Su bslituled and Restated By- laws adopted by tie Board of Directors of tha MERCHANTS BONDING COMPANY (MUTUAL) on Oolobor 2. 1992. ARTICLE 11. SECTION 8 - The Chairman of tie Board or President or any Vice President or Secretary shelf have puivur and authority to appoint AttonfaysJn-Fact, and to authorize them to execute an behalf of the Company, and attach the Seal of the Company Ihereto, bonds arra undetakings. iucugnizances, contracts of indemnity and omur writings obligatory h the nature thereof. ARTICLE 11. SECTION 9 - The signature cf any authorood of floor and the Seal of the Company may be affixed by facsind:a to any Power of Attorney a Cadirrcetion thereof aulhortztng the oxocullon and delivery of any bond, undertaking, recognizance. or other suretyship obligations of the Company, and such signature and seal whar so used shall have the same force and effect me though manually fixed. In Witless Whereof. MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by ds Presidont and ILs mrpmate seal to ba hereto affixed, thls 2nd day of Januaty , 2002 , AO)NG,�Q e, MhRCHANTSBONDING COMPANY (MUTUAL) By STATE OF IOWA �• ....... • President COUNTY OF POLK an. On this 2bd day of January 2nn2 bulom me appeared Larry Taylor, to me porscna8y known, who being by me duly sworn did say that he to President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation describoo It the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seat of Ihs said Corporation and Quit the said Insirumenl was signed and scaled In behalf of said Corporation by authority of its Board of Direotors. In Testimony Whereof. I have hereunto cot my hand and affixed my Olfioel Beal at the City of bes Moines, Iowa. the day antl year First above wation. Att RUTsi MCGLAIN F Commission Numper201259 dW My Commission Exphas February 19, IF019 STATE OF IOWA COUNTY OF POI.K tic. e/(r ClrkG ;; Notery Publk. Pak county, Iowa I, Willianx Warner, Jr., Secretary of Uxc MERCHANTS BONDING COMPANY (MUTUAL), do hofeuy oanify, that the above and [am -going a true and correct cop/ of the POWI-R-OF-ATTORNEY executed by sold MERCHANTS BONDING COMPANY (MUTUAL), which is still In Woo and effuut. - In Witness Whereof, I have hereunto set rnv hand anc afrirad r. real of the Company on this 15th dayof May , 200? ,+.,..+• y / �'/�sLn.r/ F✓r`+-73�*-ry Spa , Sucremry n r: 0014 IV?) ADDENDUM 1 Please delete these pages from this specification: Page 21— 24 There are no other changes at this time. Ackowledgement of receipt of Addendum I This form should be signed and returned with your bid Name: E.D. Calvert Signature: Company: Calvert Paving Corporation Title: President Date: 5/15/03 N/14/2883 18:25 2145535781 D"IN... WSS & DSA) PACE 82 Nley 14. 2003 Meek Park, Denis Recreation Center, Senior CenW Parking Lot Improvement Proj*et Bid #3015 Denton, Texas To: AN Contract Mdders From: Dunkin Sims Stotfefs, Inc. 9003 White Rods Trail Suite 210 Dallm, Teas 75238 Acknowledge receipt of this Addendum by including it with the submitted Proposal Form and noting Ws receipt in the space provided in the Proposal Form. Fagure to do 80 may subject bidder to disqualification. This Addendum forms a part of the Contract Ooouments and mudbn, amends, deletes andror adds to the drawing and Project Manual as follows: Item 01 - Back Park— ParMng Lot Jointing Piano Attached as Exhiblt A' are the jokhing plans for the north and south Mack Park Parting Lots. Jointing in the base bid parking lots *hall be Included in the base bid end the joints within the Alternate #3 parking lot shall be Included in Alternate #3. Iterrr 08 - Conorello Pavement Strangtih AN Concrete used within the various projects contained within this bid shag be 3000 PSI, five sack mbc of, T"),y / L I� By %91wbileReek Trs%OvH2te DeNeojew Two (2t4)s4]-ms PURCHASING DEPARTMENT City of Dentin 901-8 Texas Street Denton, Texas 76209 ADDENDUM # I 0 BID INVITATION CITY OF DENTON, TEXAS Date: May 14, 2003 BID NUMBER: 3015 - ADDENDUM # 1 BID TITLE: Mack Park, Denis Recreation Center, Sector Center Parking Lot Improvement Project Sealed bid proposals will be received until 2:00 p.m. May 13, 2003 at the office of the Purchasing Agent, 901- B Taxes Street, Denton, Texas 76209 For additional information contact RCBIAMNG DEPARTMENT 9DI-3Texas Strast Denton, Texas 76209 Offiot NO.349.710D INSTRUCTIONS TO BIDDERS DFW Metro 917-267.0042 I. Sealed bid propoeais must be !]mely"to dualleste, on this form, prior to opening dale and time to be considered. late proposals will returned unopened. 2. Bids shall be plainly marked as to the bid number, mane of the bid, and bid opening data on the outside of completely aimed envelope, mailed or delivered to the Purchasing Department, City of Denton, 901-B Texas Street, Denton, TX 76209. 3. Any submitted article dr visiting lrom the epwi8catlona treat be identified and have full descriptive dote accompanying same, of it will be considered. 4. All materials are to be quoted FOB Denton, Texas delivered to the floor of the werehoow, or ore otherwise indicated. S. The City of Denton, Taxes reserves the right to accept separate items Ina bid unless this right 1s denied by the bidder. 6. In case of dttault after bid acceptance, the City or Denton, Texas may at its option hold the accepted bidder or omtractor liable lbr any all reultart marcased costs m a peoatty for web default 7, The City of Denton rcurvao the right to reject any and all bids, to waive all informalities and require that submitted bids rartaia in 11 for a sixty (60) day period after opening or untit sward is motet whichever comes first. 8. The quantities shown may be approximate unit could vary according to the requirements of the City of Denton throughout the con, period. 9. Ths irons are 10 be priced cash net, (Packaging or shipping quantities will be considered.) 10. The Purchasing Department tuauma responsibility for the ootreetneas and clarity of this bid, and all information "or gnrrstiohs pertaining to this bid Shall be directed to the City of Denton Purchasing Agent. _ 1 1. Any attempt to negotiete or give information on the contents of this bid with the City of Denton or its representatives prior to award shyl be grou»dr for disqualiaoaioe. 12, The wrodidona and terms of this bid will be considered when avaluating ter award 13. The City of Demon is exempt from all noise and excise taxes. (Article 20.()4-B)