Loading...
2006-004 ORDINANCE NO.J O()ro - 00'-/ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE UNICORN LAKE-DENTON STATE SCHOOL BRICK SCREENING WALL; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3422-UNICORNLAKE-DENTON STATE SCHOOL BRICK SCREENING WALL IMPROVEMENT PROJECT AWARDED TO CALVERT PAVING CORP. IN THE AMOUNT OF $98,000). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. The numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" on file in the office of the City Purchasing Agent, are hereby accepted and approved as being the lowest responsible bid for such items: BID NUMBER 3422 CONTRACTOR Calvert Paving Corp. AMOUNT $98,000 SECTION 2. By the acceptance and approval of the above numbered items ofthe submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION 3. Should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted. SECTION 4. By the acceptance and approval of the above numbered items ofthe submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the 3A<{? day of r (}A ~ ~-,2006. ;:~ ~JL.- EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: BY: 3-0RD-Bid 3422 " CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 3rd day of January A.D., 2006, by and between Citv of Denton of the County of Denton and State of Texas, acting through Howard Martin thereunto duly authorized so to do, hereinafter termed "OWNER," and Calvert Paving Corporation PO Box 268 Denton. TX 76202-0268 of the City of Denton, County of Denton and State of "CONTRACTOR. " Texas , hereinafter termed 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 3422-Unicorn Lake Boulevard-Denton State School Brick Screening Wall Improvement Proiect in the amount of $98.000 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, 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: Carter Burgess all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-l 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 ofthe Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in ~ year and day first above written. ~ ATTEST: uJ B (SEAL) ATTEST: da c/pic'r/~ ~ a 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: ;::"9- ~ President TITLE E.D. Calvert PRINTED NAME (SEAL) CITY ATTORNEY CA-3 Bond No: 564135P PERFORMANCE BOND STATE OF TEXAS 9 COUNTY OF DENTON 9 KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corooration/ whose address is PO Box 268 Denton. TX 76202-0268 hereinafter called Principal, and [Be]q:ers s..n:ety & lirl:mlity Cl::nlErri" / , 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 Stjlle of Texas, hereinaft ailed Owner, in the penal sum of Ninetv Eight Thousand and O/IOO..oOLLARS 98000 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 2006- ,004 , with the City of Denton, the Owner, dated the 3rd day of Januarv 3 A.D. 2006/, a copy of which is hereto attached and made a part hereof, for Bid 3422-Unicorn Lake Blvd-Denton State School Brick Screening Wall Improvement proiect./ 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 (I) 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 - I 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 c9l'ies, each one of which shall be deemed an original, this the 12th day of January , 2006 V . ATTEST: PRlNClP AL BY i).o,rA-a,JJ SECRET Y Calvert Paving Corporation / V BY: ,/1-(7 ~ PRESIDENT, E.D. Calvert ATTEST: SURETY BY:9Jd2/uO I). (lC7k.Z., Developers Ccrnpany BY: A.~ /c5/YU ;,'.,. ATTORNEY-IN-FACT, :Dori E.- ~'c,j:::::]_ 'i - ,,' "- The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service'afthe process is: NAME: Don E. Smith - Smith Construction Bonding STREET ADDRESS: 3116 Kellway Dr. - ste. 110 - Carrollton, TX 75006 (NOTE: Date ofPerfonnance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 2 1;~ Bond No: 564135P PAYMENT BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corporation/ , whose address is PO Box 268 ~6n. TX 76202-0268, hereinafter called Principal, and r:e..el.q:Ers ~ & lhEmity Cl:Jq:any . 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 hereinaf}Yr referred to, in the penal sum of Ninetv Eight Thousand and 0/100V' DOLLARS ($98,000Ym 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 2006-004, with the City of Denton, the Owner, dated the ~ day of January A.D. 2006'(i' copy of which is hereto attached and made a part hereof, for Bid)l422- Unicorn Lake Blvd-Denton State School Brick Screening Wall lmprovement ProjectV' 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 surety, 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 cq;ies, each one of which shall be deemed an original, this the 12th day of January ,2006 ~ - c- BY: {/IMY~~~AJ~ SECRETARY PRlNCIP AL Calvert Paving Corporation / v ATTEST: " "'~ BY: C '.9, ~ PRESIDENT, E.D. Calvert ATTEST: SURETY Developers ity Company BY: 9tt2"?1hQ j/ (l('/}U BY: . ' ATTORNEY-lN-FACT" Doil J'<, Smithi' -;,. ,."- I, 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 Dr. - 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.) PB-4 D~ 7A~~ uG=(]@ !lWill~!""2(r""'ICO ~d-, w=Jw\~;;c\::_~ @)~i1D~ DISCLOSURE RIDER Terrorism Risk Insurance Act of 2002 The Terrorism Risk Insurance Act of 2002 created a three-year program under which the Federal Government will share in the payment of covered losses caused by certain events of international terrorism. The Act requires that we notify you of certain components of the Act, and the effect, if any, the Act will have on the premium charged for this bond. Under this program, the Federal Government will cover 90% of the amount of covered losses caused by certified acts of terrorism, as defined by the Act. The coverage is available only when aggregate losses resulting from a certified act of terrorism exceed $5,000,000.00. Insurance carriers must also meet a variable deductible established by the Act. The Act also establishes a cap of $1,000,000,000.00 for which the Federal Government or an insurer can be responsible. Participation in the program is mandatory for specified lines of property and casualty insurance, including surety insurance. The Act does not, however, create coverage in excess of the amount of the bond, nor does it provide coverage for any losses that are otherwise excluded by the terms of the bond, or by operation of law, No additional premIUm has been charged for the terrorism coverage required by the Act. Deyelopers Surety and Indemnity Company Indemnity Company of California 17780 FilCh Iryine, ell. 926H (9"9) 263 3300 w\yw.inscodico.com IMPORTANT NOTICE Tn obtain InfDrmation or ma.ke n compl1Jint: You m::ry cDll tne S'J1'~t),,:s toll free telephone number fl)r inform:ltiol1. liT to mske n corn,pla-int at: 1-800-~BHS46 You may als.o write tCl du; Surety at: P.O. n<l:i lP725 lnine, CA '"623-9725 YO'I :mny t:ol\Hlct the TU1UJ Dliolputmcnt of Insurance to obtain inforlJ'l.B.tioll on companies, (:O'\"CI"llge, rlg:ht!i Dr complaints at: 1-8110-252-343~ You tnil)'Wf'ite the Tt:;xaN Department of It\lll1ranc-e E1t~ r.o. Bux 149104 Austin, TX 7B714-9104 Faxli 512-4~5-177i PREMIUM OR CLAIM DISPUTES: Should )'011 h RV~ t\ diRpute c.uncu:nine. ).our 1)remillID or About a claim JOu IIhOl1ld contact the Surety fIrst. If th~ dispute ill not resolved., YOD may contact the T~X;D8 Dc:pnrt.mcllt Qf lnsunn.<o. ATTACll THIS NOTlCE TO YOUR POLICY: Thif; notice 15 tor infor!I\fttion eml)' and dUI,:5 JlIll become a part or cundltion of the ath\ched document. A\'lS0 IMPORTANCE Para obtcner inforIDacioh 0 pan SDrneter llnll queja: Usted ptle:dc llllmar aJ nllmero de telefono ~r:]tis (Ie patn illformatinn 0 paT'a s()mctel' un" Ql1e:Js. 'ill: 1-800.782-1546 Ustcd t2nbiel1 pllt'dE:' estriblr ~ Sun'!t)' ar: P.O. Box 19725 In:ine, CA. 92623-9725 Pu,cdc: Cr;l-tn.l~llie:J.rlitl ;on c1 D.eptl.rtFlttlf'l1tn rtp Se.p;llfflll de Texas para obtener information ::IC~rcD. de \:-(I1J'1,- plul.ln!\, cobertnrns~ denchQs (I quejas a1; 1-8(j(\.252.3439 puede escribtr 01 Departmr:uto de Seguro!! de Texas P.O, Roy 1491fl4 All,tin, TX 78~14-9104 Fn# 5U.47S-1771 DlSPUTAS SOBRE PRJ.MAS 0 RECL.AMOS: Si tiene una dbput{\ eon.ccrniente a 5~1 pTimn (] ... lU'l re-clnm{l, d.ebE c(llnnnicar5e con cl SllTtty ptirn.cro. :Si no 5~ regnelve 13 disp~lts.J pUfde ~ntc)t't'e~ comunj. cnrnc con el departamento (TDl). UNA ESTEAVISO A SU POLIZA: l!:.t, .vi,o.' $oJo l;Jill'i1 l),H)poldt() de infonunc:i<l"l'll J nu Sc corrvicrt.e en pnrte Q condicion del documento ndjunto. "7r-~ '~ i,- e:.CI.'ElICO 3,,~f.;:]"Y-; Insco Insurance SeMces, Inc. Underwriting Monogcr for: Developers Swrety and InderTtnity Company. Indemnity Comp~ny of California 17760 Filch, Suits 200 Irvin~, CA O~B14' 1-800-782.1546 wVI'w.lnscoD\co,com ID.1404 (TX) (41()]) POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO BOX] 9725, IRVINE, CA 92613 (9-19) 263-3300 \\ww.ln.scoDicQ.com KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited. DEVELOPERS SURET'i' A~D lNDEMNITY COMPANY~ hereby make, constitllte and appoint: H*Don E. SmithH/, as its true and lawful AttorncYls)-in-Fact to make. execute, deliver and acknowledge, for and 011 behalf of said corporation as surety, bonds. undertakings and contracts of suretyship giving and granting limo said Attomcy(s)-in-Fact full power and authority to do and to perform eYe!)' act necessary, requisite or proper 10 be done in connection therewith as the corporation could do, but reserving to the corporation full power of substitution and revocatiOll. and all of the acts of said Atlomey(s).in-Faet. pursuant to these presents. arc hereby ratified and cOl1fimlcd. This Power of Attorney is grantcd and is signed by facsimile under and by authority or the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COlvIPAN'{ effective as of November 1,2000: RESOLVED. that the Chairnlan of the Board, the President and any Vice Presidcnt of the corporation be. and that each of them hereby is. authorized to execute Powers of AtlOrney, qualifying the Attorney(s)-in-Fact named in the Powers ofAttomey to execute, all b~halfofthe corporation, bonds, undert.:lkings and contracts of suretyship: and that the Secretary or any Assistant Secretary of the corporation be. and each of them hereby is. authorized to attest the execution of any such Power of Attorney: RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of AHomcy or to any certificate relating thereto by facsimile. and any such Power of Attomey or certificate bearing such facsimile signatllfes shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond. undertaking or contract of suretyship to which it is attached. TN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its rcspcctivc Executive Vice President and attested by its Secretary this 1st day of February'. ':W05. c-~' \')~ ~ ~~~~~'i"P:ND"~""", "'<,,"-~ ...........~Oi.. l~......;~POR,,;>....~..;~\ f:./ c.. OCT. ~ \~~ \~~\ 1J~6 )f} .....~~~....../OW~ ......~b.l ".,,0 .............;...."," """"''',;!, ""~.~~~,, By: David H. Rhodes, Executive Vice-President B, AkA~ Walter A. Crowell. Secretary STATE OF CALIFORNIA ) )SS, ) COUNTY OF ORANGE On February 1. ':W05. before me. Nila G. Hiffmeyer. personally appeared David H. Rhodes and Walter A. Crowell, personally bJOwl1to me (or proved to me on the basis of satisfactory evidence) to be the per.:;ons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures 011 the instrument the entity upon behalf of which the persons acted, executed the instrument WITNESS my hand and official seal Signature ~~<~. ...... A....... _.. ~ @ NITA G, HIFFMEYEA ~ t\l -. COMM. # 1543481 :E ~ NOTARY PUBUC CALIFORNIA ~ 3: ., ORANGE COUNTY N jl '. "'1ycomm.explresJan.1o,2oo91t .~v~~~~..~~..~~~ CERTIFICATE The undersigned. as ExeclIlive Vice. President. of DEVELOPERS SURET'{ AND Il'\DEMNITY COMPAN'{, docs hereby certify that thc foregoing Power of Attomey remains in ful1 force and has not becn revoked, and furthcmlore, that the provisions of the resolLlliollZfthe pectin' Boards of DireclOrs of said corporation set forth in the Power of Anome)', is in force as of tile date of this CeMificate. This Certificate is e:\cclltcd in the City oflrvinc. Califomia. the 12th day of January . 2006 .' ~. .( By ~_) Cl'-<--J/.. -;;( t D<:lvid L. Kerrigan. Executiyc Vice.President ID-J438 (oS!) (Rev.lI0S) ~~o~ IN'GP 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 claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration ofthe contract shall be covered. . Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. . Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. 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 $ 500,000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: . Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. . Coverage B shall include personal injury. . Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: . Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. . Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300,000 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, 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 9406.096 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. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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 9406.096) - 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 ofthe 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 ofthe 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: (I) 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 Df 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 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. f, 11 IJ ~ ~ ~ ~ Uq U ~ I] ~ J SECTION C PROPOSAL (BID) FORM Time: 2:00 p.m. Date: December 13, 2005 To: Purchasing Agent City of Denton, Texas . . 901-B Texas Street Denton, Texas 76201 . Gentlemen: The undersigned having examined the Contract Documents entitled: . Unicorn Lake .BJvd-Denton State School Brick Screening Wall ImprovernentProject Bid .. #3422 . And having visited the site of the proposed construction, and having familiarized himself wit)I 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 ot . Ninety Eight ThoUSand Total Base Bid Dollars ($ 98,000.00 ) Total Materials Incoroorated into the Proiect $ 58,800.00 Total Labor. Suoervision and Materials Not Incoroorated into the Proiect $ 39,200.00 Alternates Alternate # I , Total Base Bid Dollars($ ) Total Materials Incoroorated into the Proiect $ ADDENDA: Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and initialing: Addendum: No. None Addendum No. I , I! 021985010 C-l Addendum No. Addendum No. I .1 I The undersigned bidder hereby declares that he has visited the site of the work and has carefully eJUimined the Contract Documents pertaining to the work covered by the above bid, and he . . further agrees to commence work within ten (IO) days after date of written notice to proceed and to substantiaIIycomplete the work on which he has bid within ~ 75 -t'0C-/ Consecutive calendar days subject to such extensions of time allowed by specifications. ,. :; i , ., 1 . 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. . . I i 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 ! BID GUARANTY: I, I' I q......&n!:losed willi.tlti.s Bid is a Certified Check for: ........... . ........................................ ......................._..h.......... . Dollars ($ ) . or a Bid Bond in the sum of 5% G.A..B. Dollars ($ 5% G.A.B. ) which it is agreed shal.~ be collected. and retained by the Owner as liquidated damages in the event this Bid is ar:.:epted 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'-J7- ~ . Authorized Signature President (If corporation, attest and affix a Corporate Seal) , Title Address p.o. Box 268 , . i City, State, Zip Code Denton,TX 76202-0268 940/891-3205 Telephone . I I I I Bid Documents for Unicorn Lake Boulevard Denton State School f . PROPOSAL FOR UNICORN LAKE BOULEVARD - DENTON STATE SCHOOL Item Quantity Unit Description , .' -~.- ~_'C'_'''__", Unit Price Total HARDSCAPEIMPROVEMENTS 1. 1,100 LF. 6'-0. hI. Masonry thinwalVscreenwall materials, concrete, pilasters, footings, piers, mortar, ornamentation, mow strips, reinforcement, subgrades, etc., Complete and in place for. . Seventy Seven Dollars and Zero Cents Per LF $ 77.00 2. EA 7'-0. ht. Storie monument columns. Structural engineering plans complete and submitted to City of Denton, materials, concrete, footings, piers, mortar, cast stone caps, ornamentation, . reinforcement, subgrades, etc., Complete and in place for Five Hundred 23 Dollars and Zero Cents Per EA$500. 00 3. LF 50. V-Mesh wire weave fence, materials footings, posts, fence, fasteners, sU~rades, etc., Complete and in place fOr .. ..300 Six Dollars and Zero Cents Per LF $ 6.00 SUB-TOTAL /'.17. ~ Signature of Bidder 021985.010 C-3 / $ 84,700.00 $ .11,500.00 $ 1,800.00 $ 98,000.00 AmRA CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIODNYVY) 01/11/2006 PROOUCER (940)382-9691 FAX (940)243-1050 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Ramey & King Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 510 North 1-35 E ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denton, TX 76205 / Nicole Green 1/ INSURERS AFFORDING COVERAGE NAIC# INSURED Calvert Pavi ng CorporatlonV ~dI INSURER A: EMC Underwriters 0021 PO Box 268 INSURER B: Texas Mutual Ins. Co. TXMUT Denton, TX 76202 ,,~ ~p INSURER c: INSURER D: INSURERE: COVERAGES 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 DO' TYPE OF INSUIUNt1F POLICY NUMBER PO EFFECTIVE POLICY eXPIRATION ~ LIMITS ~NERAL LIABILITY\./' V 205647205 03/07/2005 03/07/20061 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 ~ ~ CLAIMS MADE [!] OCCLM MED EX? (Any oml person) $ 5 000 A PERSONAL & AnV INJURY , 1,000,000 GENERAL AGGREGATE $ 2,000,000 ~.~ AG~nE ~~~ APnS PER: PRODUCTS. COMP/OP AGG $ 2,000,000 POLICY JECT LOC / ~ ~TOMOBILE L7--:V 2ES6472-0S '-03/07/2005 03/07/2006 COMBINED SINGLE LIMIT (Eaaccidenl) , ~ ANY AUTO 1,000,000 - ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Perpel'llon) A - - HIRED AUTOS BODILY INJURY $ NON.QWNED AUTOS (Peracddent) ~ - PROPERTY DAMAGE $ (Perllcdd6f1t) ==rGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC , AUTO ONLY: AGG , =:rSSlUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR D CLAIMS MADE AGGREGATE $ $ =l DEOUCTiBLE /' /' , RETENTION , - $ WORKERS COMPENSATION AN~ TSFOOOll10634 -11/07/2005 11/07/200&, I .we STATU.... I IOJ~- EMPLOYERS' LIABILITY 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTlVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L. DISEASE. EA EMPLOYE , 1,000,000 If yes, describe under 1 000.000 SPECIAL PROVISIONS below E.L. DISEASE. POLICY LIMIT $ OT~ER .. .. 2CS64720S 03/07/2005 03/07/2006 Rented/Leased Equipment up to In and' ~'arine A $250K/item not more than $SOOK per occurrence DESCRIPr'ON OF OiERATIONS I LOCATlpNS I VEHICL~ { EXCtUSIONS ADDED BY ENDORSEMENT I SPECI~PROVISIPN~ Screening Wall ocatlon: B dg 342Z-Unlcorn La e B vd. - Denton State Schoo i BrlC Impvt. Said Policy hall not be cancelled, non renewed or materially changed without 30 days advanced written notice being iven to the owner(city) except when policy is being cancelled for nonpymnt of premium in which case 10 ays written notice is required. Waiver of Sub is issued in favor of holder in regards to Workers Co~ he City of n~h~nn. It's Officials, Agents Employees & Volunteers are named as Additional In5ured.~ ............... .........--- ......- ;- r - CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE V' EXPI~ATE THEREOF, THE ISSUING INSURER WILL ~16 MAIL __~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT Ci ty of Denton ~1(~IlaOOOOtXXlIiKXKlI_X~XX: 901 B Texas -JW/j~ XXXXXXXX: Denton, TX 76201 AUTHORIZED REPR'sae'NTATIVE James Kina ACORD 25 (2001/08) @ACORDCORPORATlON 1988