Loading...
HomeMy WebLinkAbout1997-201ORDINANCE NO 9qUpl AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE 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 c rdmances, and EREAS, 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, TF EREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BlD N�BER CONTRACTOR AMOUNT 2954 SOUTHWEST CONSTRUCTORS, INC $ 79,179 00 SECTION_11 That the acceptance and approval of the above competitive bids shall not constrtut a contract between the City and the person submitting the bid for construction of such public woks or improvements herein accepted and approved, until such person shall comply with all requir ments specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts or the performance of the construction of the public works or improvements in accordance with the lids 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, condition10, plans and specifications, standards, quantities and specified sums contained therein 1 SE TiON IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION VV That this ordinance shall become effective immediately upon its passage and approval / PASSED AND APPROVED this the 1� day of _ 1997 4ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY �Y DATE JULY 15, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2054 - ASBESTOS ABATEMENT RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Southwest Constructors, Inc , in the amount of $79,179 00 SS 1MMABY; This bid is for the asbestos abatement for Project II at the Denton Municipal Center The project includes abatement of asbestos near the Vision Room area in preparation for renovation at a future date The proposed renovation is intended to allow for the relocation of Customer Service and Tax Divisions from City Hall to DMC Our consultant, Triad Onsite Systems, has confirmed Southwest Constructors references and also found them in full compliance with State of Texas regulations PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED. Facilities Management Division as well as, to a small degree, employees and users of DMC FISCAL IMRACT: Funds for this contract will come from bond funds for building renovation account #457-032-BLDG-9718-9101 Attachments Tabulation Sheet Respectfully submitted at e Executive Director of Finance Approved C:��LAt�' NameTomD-Shaw,CPM Title Purchasing Agent 897 AGENDA BID 0 — -- 2054 — -- BID NAME Asbestos Abatement L A H P ENVIRO ENVIRO OPEN DATE dune 24,1997 INC - T - D W W AMERICAN CST SOUTHWEST ABATEMENT ENVIRO ENVRIO CONST INC SPECIALTIES INC INC 4 $84,54000$79,17900 CERTIFIED ABATEMENT SYSTEMS INC $79,400 00 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 15 day of JULY A.D., 19 97 , by and between of the County of DENTON and State of Texas, acting through TED BENAVIDBS thersunto duly authorized so to do, hereinafter termed "OWNER," and SODTHwEST CONSTRUCTORS, INC. P.O. BOX 50469 AUSTIN. TX 78763 of the City of AUSTIN , County of TRAVIS and State of TEXAS hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2054 - ASBESTOS ABATEMENT in the amount of $79,179.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by TRIJW ONSITE SYSTEMS, INC. all of which are made a part hereof and collectively evidence and constitute the entire contract. 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, workerfs 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. 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. This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTESTS APPROVED AS TO FOW. AAA0184D Rev. 04/05/96 CA- 3 CITY OF DENTON OWNER By MAILING ADDRESS =Sllffl , a • (-;- ��� F-,:,�-?--)10�5 FAX UMBER BY \11U- PfNSiC�Q�1� TITLE RINTED NAME (SEAL) JUL-22-97 TUE 11;30 AM WILLIAM GAMMONIINSURANOE FAX NO, 5124690443 P. atal by- UWUlhwtal LURNTRUCTU, 7-21.87 8-36, 512660866O -s 512 400 0446; ISC 3242 THE sTAT3 OF 7&XA8 COUNTY OF Dn"ON � XNGW ALL MEN BY TRESS PRESENT6c That SOpWOBT CONSTRUCTOR;, INC., whose address is P.C. R= 60469, AUBT=, TSSAB 76763, hereinafter called arinaxpal, and Intematicnal Surety & Casaalty C2 env a corporation organized and existing under the Saws of the state of Y'>OtAE, and fully authorized to transact business in the state of Teals, as Surety, are held and firmly bound unto the city of Denton. a municipal corporation organised sad existing under the laws of the state of rexas, hereinafter called Owner, in the penal sum of s11VJ3 M NINE TZW9A14D ORR il=RND s R1t NINE and NO/2.00 13OLLARB C#79#179.001 plus 10 percent of the stated penal sum as an additional sum of money representing additional court expeumem, attorceya# fees, and liquidated damages arising out of or Cabneeted w1Ch the blow idennified Contract, in lawful money of the united States, to be paid in Denton Omunty, Texas, for the payment of which mum wall and truly to be made, wm haraby bind ourselves, our heirs, executors, admini- atraLnra, successors, and assigns, jointly and severally, firmly by these presents. This Band -ball automatically be increased by the amount of MAY Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change order or supplemental Agreement which xeduoea the Contract price decrease the penal gum of this bond, TM OSLTGATICN TO PAY SAME is oanditieri*d as follows, Whereas, the Principal entered ,into a certain Contract, identified by ordinance Number 97-201, with the City of Denton, the owner, dated the 16 day of 4=Y A.D- 2007, a copy of which is berate attached and marls a part hemp£, for VZO * and - AUX8708 AHAwnumT. NOW# ThMnraasr if the PV1=cipa1 shall well, truly and faithfully pa"a m and fulfill all of the undgrtakingm, covenants, terms, conditions and agreements of said Contract in accordance with the alsne, specifications and Contract Documents durxng the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety# and duzing the life of any guaranty or warranty required under thin Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions sad agre®ments of any and all duly authorized modifications of said Co"Craot that may hereafter be made, attic- CC which modifications to the Surety being hereby waived, sad, At the Principal shall repair and/or replace all dofeeto due to faulty materiels 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 owearl and, if the Principal shall fully indemnify and, save ,barmlese the owner from all eosts and damages which Owner may suffer by reason of failure to so perform herein and shall fully rslmburVe and repay Owner all outlay and exparas which the Owner may incur in making good any default or deficiency, then this Obligation shell be voids ctherwige, it shall remain is full force and effect. paRSORMANCE Son - page 1 JUL-22-97 TUE 11:31 AM WILLIAM GAMMONtINSURANCE FAX N0, 5124690443 GENT HY. BOUTHWEBT aDNSTRUCTD; 7-21-87 9:aq, 5120359805 =r 512 409 0443; B movz m FMTHRR, that if any legal action be tiled Upon this Bold, exklueiva venue shall lie in bantam County, State of Texas. AIM PRWZDED MzmmR, that the said Surety, for value receivedr hereby stipulates and agrees that A* change, extension of time, elberacion or addition to the terms of the Contract, or to the Work tp b* Perfoamed thareumder, Or'to the lilacs, Specifications. Drawings, ate., eocompanyimg the same, shall Sn anywise a#teat its obligation on this Bond, AAd it does hereby waive notice of any such change, extension of tuna, alteration cr addition to the terms of the Contract, or to the Nor1c to be performed thereuedar, or to the plans, specifications, Drawings, ate. This Bond is given pueseant to the provisions of chapter 2393 at thgi Texas Aovarmauannt Code, ae amended, and any other applicable statutes 0 the State of Texas The undersigned and designated agent is hereby designated by th Bur®ty herein as the Resident Agent in Denton County to whom an r6qP18itft motives may be delivered and an Whom service of process may be had in matters arising out of such suretyship, as provided by Artiele 7.19.1 of the Smmwr400 Code, VOCROD's Annotated Civil statute& of the at4ts of Texas. XX W%T"es NOMMOv, tbie in9tiwment is executed in 4 copies, each One of which shall be deemed sn Original, this the _tad day o July , ip 97 Marc Tite('Raaidsnt Ag=t of the sur4" Denton notice and service of the process iar NAJ02 Marc A. Sparks for , INC. MUST ADMMB., _.4635 McEwen Dallas, Tx. 75244 (BOTH: Date of performance Bond m"t be date of Contract or ate IRr,� M6, �q7( , Resident Agent is not a corporation, give a person,:& name.) Aril mmgw Am PIC"ORWCE RAND - page 2 of, if JUL-22-07 TUE 11:29 AM WILLIAM GAMMONIINSURANCE FAX NO. 5124690443 P. f*/09 SENT BY: SOUTHWEeT CONSTRUCTO, 7-21-97 87071 5129359903 -> 01S 400 0443; otle RATMEMMJUM TUB STATE OF TEXAS ' ISC 3242 1V111:1M •'w!M �. XXOW ALL MEN SY THESE W811011'19i Thar SOOTSNEST CMSTRULTORS, INC., whose addXeas is P.O. BOX SUM# AUSTIN, THUM 75763, hereinafter called Principal, and Iib—amtIcnal Surety & Casualty 9990ny a corporation organized and existing umdar tlta laws Or the state of Texas , and fully Aukberiaod to trsneaat baeinesS in the State of Texas, as oUsseey, are held and firmly bound unto the City of Denton, a municipal oorporation o'Vanismd And existing Under the laws of the State of Texas, hereinafter c0lsd Owner, and unto all persona, firms, and corporations who may furnish materisla for, or perform labor upon, tha building or improvmmeats hereinafter referred to, in the penal a= Of savENTy XXXX TitaVSANO O= UWADRND NXVANTT NYMS and XG/100 DOLLA" ($78,179.00) in lawful money of the Oaited states, to be paid in Denton county, Texas, for the psyateht of whiab sum wall and truly to be made, we hereby bind Ourselves, our hairs, executors, administrators, mucassaors, and aesigre, jointly and saverally, firmly by theae presants. This Bond sha11 automatically by Increased by the amount Of any Change Order or, Aapplemeaa43 Agreement which inereeaes the COntraet price, but in no! event shall a CbamM Order or supplamantal Agreement whiah reduces the Caatrect price decrease the penal sum of this Bond T= OBLIGATION To PAY BANE is conditioned as follows, Whereas, the Vriaoipal entered into a doWtain Contract, idsatified by Ordinance Numbarl 97-203, with the City of Denton, the Owner, dated the 15 day of MLY, A.D. LOB7, a coat' of which is hereto attached and made a part hereof, for BXD 0 3034 - MBMTOB AIATXMMT. SON, THORWORE, if the principal shall well, truly and faithfully Perform its duties and make prowot payment to all persons, Vitt", auboontraetora, corporations end claimants supplying labor and/or material in the Pr"Ocuticn of the Work provided for in maid Contrae" and any and all duly authorised uwdilicatione of said Contract that may hereafter be made, nottioa of which modifications to the surety bsiag hereby expressly waived, Elton this obligation shall be voidr otherwise It shall remain in full force and effeet. RRAVlA$D FORTHn' that if any legal action be filed on this Bond, emal give venue shall lie is Denton County, Texas. AND PROVIDED BOETHSR, mint 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 p04ormed thereunder, or to the Plans, spacifieatione, brawiaga, eta accPmpsnyigg the NOW, 0e11 in anywise affect its obligation an this Bond, and it dose hereby waive notice Of any such change, extension OE tin*, alteration or Addition to the terms of the Contract, or to the Nork to be performed thereunder, or to tha plans, 9pec4,fioations, Drawings, eta. PAYM ' AM - page 1 JUL-22-97 TUE 11:30 AM WILLIAM GAMMON}INSURANCE FAX NO. 5124690443 NtNI MY: BCUTNNEBT CONBTRUCTCI 7.21.01 D309, 5128389BB4 •> 812 489 C44E; I ThiB Bond is given pursuant to the psovimionm of Chapter 2253 of the Texas aevernment Coda, as ammiidmd, and ony other applicable statutes pY the State of Taxam. %%a underaigged and designated agent is hereby designated by the surety herein as the iimmident Agent in Denton County to whom any retptisits natives may be delivered and on whom mervica of process may be had in matoere mrising out of ewh suretyship, as provided by Article 7.19-1. of she Tnaiumance Cods, Varnonls Annotated Civil stahutas of the state of Taxam. IN WITNM NlMEM01', this inetsument is mxeouted in 4 copies, each One of which shall be dammed an original, this the 2� 2nd day of JiLIy , 1997 1 ATTEST, BYn e ARY ATTSBT: BY, The 9Asident Agent of the notice and service of the PRINCIPAL CONSTRUCTORS, INC lye 4V=TY Marc A\ in Denton Marc 9 ice NAMa Marc A Sparks STR#BT AWRS'sgn 4635 McEwen Dallas, Tx. 75244 (NCTB, Data of Payment Bond must be date Resident Agent is not a cerperaticn, Inevnw0, ONE, Vewo�s►»iov,,oar piP y 9084 ds]ivery of oY Contract or after. IR give a atnraoDIA name.) PAYMBUT >BOM - Pegs 2 I i, ttll rCAS i POW ORIGINALS OF TWS F SAFETY PAPER, DUP ^ I TECI AS AN ORIGI WITH THE ORIGINAL t' KNOWN BY ALL MB i & Casualty Company, a is Texas, having its principal oludon adopted by the Ex Company on the 19th day i 1 ' "RESOLVED that the ' execute and deliver a Poi person, firms or corpormi 9 Attorney -In_ Fact may be I Board of Directors or by t RESOLVED, that the Secretary, and the Seal of 0 any certificate relating then tified by facsimde signatiu i Company in the future with ' to which they are attached' Intemational Surety & Cas 1 its true and lawful attoinee, �E surely, any and all bonds s 4 takings and documents rel of said attorney(s) in fact, t The obligation of the Con I IN WITNESS WHF ` Seal to he hereto affixed 1 STATE OF TEXAS l COUNTY OF DALLAS On this 19th day of ' In the State of Texas, that he knows the seal of said t corporation and that he i I STATE OF TEXAS I • COUNTY OF DALLAS I I, the undersigned, and attached POWER O BOND 3,2 4 2 NUMBER ISC PRINCIPAL NAME, ADDRESS CITY, STATE, ZIP Southwest Constructors, Inc. P.O. Box 50469 Austin, Tx. 78763 , i i EFFECTIVE DATE 7-22-97 CONTRACT AMOUNT $79,179.00 t' ;BOND AMOUNT $ 79,179.00 IMARC'A; SPARKS, F UEFFREY,NELSON, PATRICIA C HAYES Inflect, with fullipower and authonty`Udreby conferred in its name place and stead, to sign execute acknowledge and deliver in its behalf as gurdoru kulga of gurctyship, and to bind I itomational Surety & Casualty Company thereby as fully and to the slime extent as if any bonds, under agp such I d9 and/or,undertaldngs weir,slgneci by the duly authorized officer of the International Surety & Casualty Company and all the acts h9atit to thohhthonty henoWgiven are,heieby ratified and confirmed , i� 4y,s6all nqt gxdeeditwo million (2,000,, 00) dollars EOF, the Inttlrnatiaiud Surety'& coos ilaltyCompany ban caused these presents to be signed by any officer of the Company and its Corporate f _i 4 Irp x,l g�pfiTV&Cgs& y `Op,P0�r 'i SEAL " XP �? I , P Jeffrey Nelson President 3tober,1199S A,ilt before me came E JefftleylMeleon, known to me personally who being by me duly sworn, did depose and say, that he resides e lq the Pi (dent of International Surety '1Caeualty Company, the corporation described in and which executed the above Instrument, that rk&ftoniithet the seal afted to'the said instruments is such corporate seal, that It was so affixed by order, of the Board of Directors of said tied hla aame,?hereto�dylike order � „ 4 � i � [ 3 t N� e� )i { ;956 Notary Public, Into of Texas Commission Expires 9 11 20M �attc'A, Sparks, Secretary of the International Surety & Casualty Company, a Taxes Corporation, DO HERESY CERTIFY that the foregoing ITTORNEY q, "In full tgac i , „ o'ly a � Op S`V Dated the 22nd day of July , 1997 Y t -rim i " k SEAL X Marc At Sparks Secretary It OF the to any be S,WRPITY &' �JNtPS �;ANY 'TORN Y gNRY ARE PRINTED ON BLOB dAVE THEI3AME FORCE AND EN'BiSUED IN CONJUNCTION% t TENTS 'Thattjte hitermInal Surety nized under 6 laws of the State of ]all", pursuant t6the following res if the Board of Directors of the said wit mpany shall Piave authonty'to make, 11dmtihS as Attgmcy Ii4Fect, such tad from time m hma, d any such Ihodty granted him revoked by the any Senior Vice Preside t, or byI the dttee,of the Board of Dh'ecm4s 41dodt, Execative,Vice' president or dfixed to any such Power ofAttorhey any such poweps so e*Tmd and cer shall be valid and bin upoulthe and documents relating tosuch bonds a a f 0 0 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 falls 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 AAA00360 CI - 1 REVISED 10/12/94 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following. •• Name as additional Insured the City of Denton, Its Officials, Agents, Employees and volunteers • • That such insurance Is primary to any other insurance available to the additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one Insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously 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 of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: ixl A. General Liability Insurance: General Liability Insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall Include premises, operations, products, and completed operations, Independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall Include personal Injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall Include at least • Bodily Injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AAAM350 REVISED 10/12/94 CI - 3 Insurance Requirements Page 4 Ixl Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $soo.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 Ix) 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) I ) 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 AAAW350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shell be issued by the some 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. [ I 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 [ I 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 [ l 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 [ I Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 REVISED 10/12/04 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 [ ] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions Certificate of coverage ("certificate") -A copy of a certificate of Insurance, a certificate of authority to self -insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project AAAW350 REVISED 10112/94 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G. The contractor shall notify the governmental entity in writing by certified mad or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AAA00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 The contractor shall contractually require each person with whom It contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of Its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage 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 mad 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 AAAM350 REVISED 10/12/04 Cl " 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K. The contractor's failure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00380 REVISED 10/12/94 Cl - 9 00300 - 1 BID FORM SECTION 00300 -BID FORM To City of Denton Date June 23, 1997 In compliance with your Invitation for Bids and subject to the conditions thereof the undersigned SOUTHWEST CONSTRUCTORS, INC. (Name of BIDDER) a Corporation organized and existing under the laws of the State of A Partnership consisting of or an Individual trading as having principal offices In the City of AUSTIN , hereby proposes to fumish labor and materials and perform Work required, including all applicable taxes, license fees, permits, bonds, Insurance premiums and other associated items necessary In the performance of the Work for the following Project Protect Name ASBRSTOS ABATEMENT @ MUNICIPAL BUILDING Address 604 EAST HICKORY STREET - DENTON TX Project Number 2054 In accordance with Contract Documents dated 4-18-97 as prepared by TRIAD ONSITE SYSTEMS, INC. ACKNOWLEDGMENTS The BIDDER declares that he has examined the site of the Work and fully Informed himself regarding pertinent conditions, and that he has examined the Contract Documents (including Addenda received) for the Work relative thereto, and that he has satisfied himself relative to the Work to be performed I 00300 - 2 BID FORM BASE BID The BIDDER herewith submits for the portion of the Work identified as "Base Bid" a lump sum bid of _SEVENTY—NINE THOUSAND ONE HUNDRED SEVENTY—NINE AND NO/100 DOLLARS Dollars ($ 79,179.00 1 ALLOWANCES The BIDDER herewith acknowledges the following allowance amounts to be in addition to the Base Bid in computing the Contract Sum for the Project CONTINGENCY ALLOWANCE $ 5,000 00 ADDENDA The BIDDER acknowledges receipt of Addenda Numbers 1 & 9 LIQUIDATED DAMAGES The undersigned agrees, if awarded the Contract, to complete the Work within the number of calendar days shown in Section 01000 or pay the CITY OF DENTON $500 00 per calendar day in Liquidated Damages PROJECT SCHEDULE The BIDDER submits the following Work schedule as a modification of the Maximum Project Duration referenced in Section 01000 (BIDDER may submit modification to reduce the Project Duration only, increase of Project Duration is not acceptable) The CITY OF DENTON will evaluate this submittal with consideration of the value of completion of the Project ahead of Maximum Project Duration and costs of TRIAD ONSITE SYSTEMS, INC.'s services associated with early completion Should the BIDDER choose to work outside the schedule herein submitted, services for Inspection and Air Monitoring will be provided by TRIAD ONSITE SYSTEMS, INC and costs of such services will be backcharged by the CITY OF DENTON to the BIDDER at the CITY OF DENTON's cost plus twenty percent (20%) The BIDDER agrees to start Work within 14 consecutive calendar days of receipt of notice to proceed and complete the Contract within In consecutive calendar days SIDDER's Work hours and days of week will be MONDAY THRU FRIDAY 7:OOAM TO 6.00PM (Attach additional sheet if necessary to identify BIDDER's Work schedule throughout Project Duration ) 00300 - 3 BID FORM UNIT PRICES The BIDDER herewith submits for additional units of Work that may be identified by the CITY OF DENTON during the course of the Contract, or within sixty (60) days following Final Completion, unit prices complete for removal and disposal of the following items Minimum trip charge $ 800.00 (to be applied if Work force is no longer at site) Acoustical ceding tile Boiler, tank, flue insulation Straight rim pipe insulation (6" dia pipe and smaller) Pipe fitting insulation (6" dia pipe and smaller) Duct insulation Resilient floor tiles and mastic $ 4.50 per sq It $ 7.50 per sq ft $ 8.50 per lin It $ 45.00 1 per fitting $ 3.75 per sq It $ 1.75 per sq It Gross debris on floor $ 20.00 per sq It 00300 - 4 SEE ATTACHED BID FORM The BIDDER as part of the bid package shall submit a list of a minimum of five (5) previous asbestos abatement projects of a similar scope and size, successfully completed by the BIDDER along vAth the Owner's name, address, and telephone number If the protects were handled by a consulting firm, the name, address, contact and telephone number of the firm shall also be included LIST FIVE PREVIOUS ASBESTOS ABATEMENT PROJECTS t OWNER CONTRACT SUM Consultant 2 OWNER CONTRACT SUM PHONE NO COMPLETION DATE Phone No PHONE NO COMPLETION DATE Consultant Phone No 3 OWNER PHONE NO CONTRACT SUM Consultant 4 OWNER CONTRACT SUM Consultant 5 OWNER CONTRACT SUM COMPLETION DATE Phone No PHONE NO COMPLETION DATE Phone No PHONE NO COMPLETION DATE Consultant Phone No 00300 - 5 BID FORM BID SECURITY The undersigned, provided the bid is accepted, agrees to enter into a Contract in accordance with the Contract Documents withirrten (10) days after the Contract is awarded In accordance with the terns of the Invitation to Bidders, enclosed is bid security in the form of Certified Check, Cashier's Check or Bid Bond for not less than ten percent (10%) of the total maximum amount of all bid items The security will be retained by the CITY OF DENTON as liquidated damages in the event the undersigned is awarded the Contract and falls to execute it Bid Bond (] Cashier's Check (] Certified Check CONTRACTOR QUALIFICATION As part of the bid requirements a property completed AIA Document A305, "Contractor's Qualification Form" is enclosed with this bid INSURANCE CERTIFICATES As part of the bid requirements a properly completed "Certificate of Insurance" is enclosed with this bid CITATIONS The undersigned certifies that he [) has (lj has never received any citations issued by Federal, State or Local regulatory agencies relating to asbestos abatement activities for the Contracting Company listed below and any and all its affiliates If any citations have been issued attach a record of said citations Including protects, dates and resolutions LEGAL PROCEEDINGS/CLAIMS The undersigned certifies that he [ ] has [$ has never been involved in any asbestos -related legal proceedings/claims in which the BIDDER (or employees scheduled to participate in this project) have participated or are currently Involved If any legal proceedings/claims have been issued attach a record of said legal proceedings/claims including descriptions of role, issue and resolution to date TERMINATIONS The undersigned certifies that he [ J has [$ has never been involved in situations in which an asbestos related Contract has been terminated If any terminations have been issued attach a record of said termination including projects, dates and reasons for terminations I 00300 - 6 h any CERTIFICATIONS go faith without fraud or collusionwfaith and The undersigned certifies ssubmitted n 9 nzed to execute Contrails on behalf oft e CERTIF sll named, that this proposal ate, and that the brit is made m g BIDDER as legally ante may sent to the undersigned at the address set forth other full BIDDER, the' h elate Law' Notices indicated a and y be s ccord below -_ ..mm�RR. 'LNC. Legal name of BIDDER Mailing Address By (Legal Signature) Name Typed Title Corporation number (if aPPilcable) DATA ON BIDDER Abatement Contractor's State License Submit copy of License oration. type m ��°rate number, d bid is sign an If a core to bind the corporation -If a partnership, list partners and their addresses attach written authority arson signing the bid or by other than the president or a vice-President,er individual, then so state Any modification tom„ the modification 111betne initials oft e of an agent who supplied written authority STATE OF 2 _ 19C,? COUNTY OF _ ccor-IRE ME, THIS _12L:� DAY OF — TO AND Printed Name of Notary Public ig roof Notery Publi MY COMMISSION EXPIRES NpUrypubllo,SteteofTexas My CpmmIm910n EWres NOV 1,1997 --- END OF SECTION -- AcnRn G99TIFIC ,TE OF LIABILITY INSUi ANC DATE(MMIDDm) �2 07 2a 97 PRODUCER William Gammon Insurance 1615 Guadalupe Austin TX 78701 THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY A United Capitol Insurance Co William Gammon III Phone No 512-477-67 5 Fax He INSURED COMPANY B Northbrook P & C COMPANY C Texas WC Ine Fund Southwest Constructors Inc COMPANY P O Box 50 69 Austin TX 78 69 D COVERAGE& THIS IS TO CERTIFY THATT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTIj,NDING 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 CONDI IONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR TYPE OP INSURANCE POLICY NUMBER POLICY00 DE(MMF DNY) POLICYEXPIRATION DATE DDNY) LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY AIMS MADE OCCUR RSSCONTRACrOR'e PROT beatoa TrlanapFIREDAMAGE(Anyoneflre) GLAIOOI866 05/19/97 05/19/98 GENERAL AGGREGATE s2 000,000 PRODUCTS COMP/OPAGG $2 000 000 PERSONAL S ADV INJURY $ 1 , 000 000ZOWN:L EACH OCCURRENCE 52 OOO OOOA $50,000A MEDEXP(Anyoneperwn) s 5 000 bestos Ab temen B AUTOMOBILE X LIABILITY ANY AUTO CA0181820 11/01/96 11/O1/97 COMBINED SINGLE LIMIT $ 1 , 000 , ODD ALL OWNED AUTOS BODILY INJURY (Per Pown) $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per eccide d) $ X X NON -OWNED AUTOS PROPERTY DAMAGE I GARAGE LIABILITY AUTOONLV EAACCIDENT $ OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMSRE LA FORM EACH OCCURRENCE S AGGREGATE $ CSTITU O S WORKERS COMPENSATION AND EMPLOYERS LIABILITY EL EACH ACCIDENT $1 000 000 C THE PROPRIETOR/ INCL PARTNERSIEXECUTIVE OFFICERS ARE R11 EXCL TSF11620702 09/22/96 09/22/97 EL DISEASE POLICY LIMB 1$11000,000 EL DISEASE EA EMPLOYEE S 1 DOD DDD OTHER DESCRIPTION OF OPERATIONIVIFOCATITSNENICLESISPECIAL ITEMS RE C��yiyA�t oP Den gp21$$yg04p iaiiakppory St Deent n Tx-Addit ona_l Insured attached to attaahed0toBPo1T8S11620702 in�favortXLity oPnDenton� of Subrogation CERTIFICATE HOLDER I CANCELLATION CITYDE'N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY City of Denton 901-B Texas Street OF ANY KIND UPON THE COMPANY ITS AO EPREBENTATIVES Denton TX 76201 AUTHORRE 8 TIVE �/ ACORD 20-S (1190) = imADO 0 CORPORATION Ins