Loading...
HomeMy WebLinkAbout1996-007ORDINANCE NO. 96.OD 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 ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS• SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids. BID NUMBER AMOUNT 1838 TEXAS ENVIRONMENTAL $16,593.69 MANAGEMENT, INC. SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all -necessary 1 necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V. That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this theC2� day of ,1996. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: _ APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY �� /G�1Q "- Z , Z' DATE- JANUARY 2, 1996 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT. BID # 1838 - CITY COUNTY DAY NURSERY DRAINAGE/PLAY GROUND IMPROVEMENTS RECOMMENDATION: We recommend this bid be awarded to the low bidder, Texas Environmental Management, Inc , in the total amount of $16,593 69 SUMMARY. This bid is for all materials and labor necessary in drainage repairs to the playground area, landscaping, and relocation of some playground equipment Three proposals were received in response to seven notices to bid mailed to contractors BACKGROUND: Tabulation Sheet, Memorandum from Barbara Ross dated 12-15-95. Community Development ens of Denton FISCAL IMPACT: Funds for this Project are Budgeted in Account Number 219-059- CD9N-8502 with a balance of $20,000.00 Re ully submitted- Rick Svehla Acting City Manager Prepared by, Name Denise Harpool Title Senior Buyer Ap roved-�_, Name- Tom D Shaw, C P.M Title Purchasing Agent 679 AGENDA §)k § fis % % Io � § a f E K a E . m tgo 2 w LU k $ S � % � IL u§ § § § CITY OF DENTON, TEXAS 100 WEST OAK • SUITE 208 , OENTON, TEXAS 76201 • (817) 383 7726 , FAX (817) 383 2445 Community Development Office rot MEMORANDUM TO Tom Shaw, Purchasing FROM- Barbara Ross, Community Development DATE December 15,1995 SUBJECT City County Day Nursery Bid 41838 City County Day Nursery and the Community Development Office would like to accept the $14,793 69 bid from Texas Environmental Mangement, Inc to complete the drainage/playground project We would also like to accept the $1,800 alternate bid This will make the total contract amount $16,593 69 This project was approved in the 1994295 Combined Statement of Community Development Objectives and Projected Use of Funds and the HOME program description A total of $23,223 was set aside for the project that includes drainage repairs to the playground area, landscaping and the relocation of some playground equipment Please let me know if you need further information to schedule the bid for city council approval Barbara Ross "Dedicated to Cuality Service" CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 2 day of JANUARY A. D , 19 96—.1 by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through RICK SVEHLA thereunto duly authorized so to do, hereinafter termed "OWNER," and TEXAS ENVIRONMENTAL MANAGEMENT INC. ff- JUSTIN. TExAS 76247 of the City of TnW2N , County of nyumns and State of termed "CONTRACTOR." , hereinafter 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 # 1838 CITY COUNTY DAY NURSERY DRAINAGE/PLAYGROUND IMPROVEMENTS in the amount of $16 593.69 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 all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by Veason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the times 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. 14w.�j IN, WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. TEXAS ENVIRONMENTAL MANAGEMENT, INC. CONTRACTOR JusTi ✓ 7k 76Z-K7 MAILING ADDRESS �zi<f� �3y-�Zzf9 PHONE NUMBER (8/-3e167 FAX NUMBER BY TITLE �ST�c cTipN A ev6�2 PRINTED NAME APPROVED AS TO FORM. (SEAL) / / I AAA0184D Rev 07/28/94 CA — 3 PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That TEXAS ENVIRONMENTAL MANAGEMENT, INC. , of the City of JUSTIN County of DENTON , and State of TEXAS as PRINCIPAL, and fnTf TwwranrP fmmPany as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the ^THY nTanRNTnN as OWNER, in the penal sum of SI=EN THOUSAND FIVE HUNDRED NINTY THERE and 69/100----- Dollars ($ 16,593.69 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 2_ day of JAMIARY , 19 96, for the construction of BID # 1838 — CITY COUNTY DAY NURSERY DRAINAGE/PLAYGROUND IMPROVEMENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 23rd day of January 19 96 , Texas Environmental Management, Inc Principal By „9 Title G'dtisT,ezicTio,&l /+�1AA6 dPF'Q- Address: aaX -3d� Ts71.1 Tx 7624<7 (SEAL) Gulf Insurance Company Surety C Laura Espinoza Title Atterne--;n-Fact Address: 5550 W Touhy Ave , Suite 400 Skokie, Ill 60077 (SEAL) The name and address of the Resident Agent of Surety is: Boley-Featherston Ins Co 701 Lamar Wichita Falls, Tx 76301 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 'fit PAYMENT BOND STATE OF TEXAS $ COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS. That TFxAa FNVTRnNMFNTAT. MANA(RiMFNT INC of the City of T17STTN County of DENTON , and the State of TEXAS as principal, and Gulf Insurance Company Withorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY DENTON , OWNER, in the penal sum of SIXTEEN THOUSAND FIVE HUNDRED NINTY THREE and 69/108o11ars ($ 16.593.69 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the _y_ day of JANUARY 1996. BID # 1838 - CITY COUNTY DAY NURSERY DRAINAGE/PLAYGROUND IMPROVEMENTS to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 23rd day of January 19 96 . Texas Environmental Management, Inc Principal Title CvAls71auc710A) A�gA/HjrigarZ- Address:I.o 90K 367 (SEAL) Gulf Insurance Company Surety T1tleLaura Espinoza Title.t., Address 5550 W Touhy Ave , Suite 400 Skokie,Ill 60077 (SEAL) The name and address of the Resident Agent of Surety is: Bolev-Featherston Ins Co 701 Lamar Wichita Falls, Tx 76301 AAA0184D Rev 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That TEXAS ENVIRONMENTAL MANAGEMENT, INC. as Principal, and Gulf Insurance Company a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of ONE THOUSAND SIX HUNDRED FIFTY NINE and 37/100---- Dollars ($ 1,659.37 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said TEXAS ENVIRDNMGN-1- i 1 n�n1 I.,. has this day entered into a written contract with the said City of Denton to build and construct ain # 1838 - CITY COUNTY DAY NURSERY which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the saidTexas Environmental Management, as ContractoguliknAsA�&c*#0amyhas caused these presents to be executed by nit InsurancE Company and the said as surety, has ckt}ffk1Es�49fz@ presents to be executed by its Attorney -in -Fact and the aJ s id Attorney-in-Fact46has hereunto set his hand this 23rd anuary day of , 19 S. Gult Insurance Company BY: Laura Espinoza Attorney -in -Fact AM0184D Rev 07/28/94 PRINCIPAL: %Exf15 .EN,/l.QO!✓Nig/✓iAL /�/�NASgl 1i"cNTT-^rC Lsy�vST,�t«Tiai✓ / /a4N/9g.E,� g Ma( GULF INSURANCE COMPANY KANSAS CITY, MISSOURI POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLLE SAFETY PAPER WITH TEAL INK DUPLICATES S114LL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Com pany, a corporation duly organized under the laws of the State of Missouri having its principal office in the city of Irvin Texas pursuant to the following resolution adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the 10th day of August 1993 to wit RESOLVED that the President Executive Vice President or any Senior Vice President of the Company shall have authority to make execute and deliver a Power of Attorney constituting as Attorney in Fact such persons firms or corporations as may be selected from time to time and any such Attorney in fact may be remosed and the authority granted him revoked by the President or any Executvc Vice President, or any Senior Vice President or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors RESOLVED that nothing in this Power of Attorney shall be construed as a grant of authority to the anomey(s) in fact to sign execute, acknowledge dehser or other wise issue a policy or polices of insurance on behalf of Gulf Insurance Company RESOLVED that the signature of the President Executive Vice President or any Senior Vice President and the Seal of the Company me be affixed to an) such Power of Attorney or any certificate relating thereto by facsimile and any such powers so executed and cenified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached Gulf Insurance Company does hereby make constitute and appoint Laura Espinoza C PRINCIPAL NAME ADDRESS CITY, STATE ZIP Texas Environmental Management, Inc P.O. Box 369 Justin, TX 76247 1-23-96 I$ 16,593.69 $ 16,593.69 its true and lawful attorney(s) in fact with full power and authority hereby conferred in its name place and stead to sign execute acknowledge and deliver in its behalf, as surety, any and all bonds and undertakings of suretyship and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds and attorney(s) an document pursuant to to such authoritybherein and/or given undertakings hereby ratified by the duly authorized officer of the Gulf Insurance Company and all the acts of in-fac ed Tit; obligation of the Company shall not exceed one million ($1 000 000 00) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by anv officer of the Company and Its Corporate Seal to be hereto affixed RANCF C "soPaogA o,; GULF I\SLR4\CE UOMIPANY t a SEAL y` W bssouP• STATE OF NEW YORK ) Christopher Matson I SS President COUNTY OF NEW YORK ) On this 1st day of February, 1994 A D , before me came Christopher E Rarson, known to me personall. who being by me duly sworn, did depose and psim, the d in and which executhat he ted es in the the above Instrument, ent, that he knows the seal of said corporation, that the seal affixed to the said insof %Nestchester, State of New York, that he Is the President of the Gulf Insurance truments is such corporatration e seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto b\ like order MM ID �� /1 / I'VVVV"�„�___ �...j IV'I/�JDaxid Jaffa \o Lt-4958634 STATE OF NEW YORK ) Qualined In Lungs County SS Comm Expires \osember 13, 1995 COUNTY OF NEW YORK ) I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBI CERTIFY that the foregoing and attached POWER OF ATTORNEY remains In full force SunANCF C Signed and Sealediat the City of New York y xN4CPPCRglR oy9 SEAL '4jSao�P � DauduiL 23rd da\of January 1996 Lawr.me F Nhmter Senior \ at President AIVOI.I/e CERTIFICATE OF INSURANCE ATE (MMIDDNY) osR CB D01/29/96 TSXA-�l o1/a9/96 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR Box Insurance Agency ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 1200 S Main, Suite 1800 COMPANIES AFFORDING COVERAGE Grapevine TX 76051 COMPANY A The Ohio Casualty Group 817-481-3529 INSURED TEXAS ENVIRONMENTAL COMPANY B Texas Workers'Comp Ina Fund COMPANY MANAGEMENT, INC. AND TEXAS ENVIRONMENTAL MANAGEMENT C SAN ANTONIO, INC P 0 BOX 369 COMPANY JUSTIN TX 76247 D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY EFFECTIVE POLICY EXPIRATION LIMITS CO CO LTRGENERAL TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MM/DD/YYI AGGREGATE t2,000,000 GENERAL LIABILITY BT050645940 11/15/95 11/15/96 PRODUCTS COMP/OP /INCLUDED PERSONAL & INJURYRY if 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 41 OCCUR EACH OCCURRENCE 11,000,000 OWNERS & CONTRACTORS PROT FIRE DAMAGE (AnyX t 55,000 $250 PD DEDUCT MEDEXP(Anyoe arsonne ) MED E%P (Any one person) / 5, DD0 AUTOMOBILE LIABILITY 11/15/95 11/15/96 COMBINED SINGLE LIMIT /1,000,000 X A ANY AUTO BA050645940 ALL OWNED AUTOS BODILY INJURY (Per person) t SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident) t NON OWNED AUTOS PROPERTY DAMAGE / AUTO ONLY EA ACCIDENT 11 GARAGE LIABILITY OTHER THAN AUTO ONLY mm�� ANY AUTO EACH ACCIDENT t AGGREGATE 11 EACH OCCURRENCE t I, D00, 000 EXCESS LIABILITY BX050645940 11/15/95 11/15/96 AGGREGATE t RETENTION a a5,000 A X UMBRELLA FORM OTHER THAN UMBRELLA FORM X STATUTORY LIMITS B WORKERS COMPENSATION AND EMPLOYERS LIABILITY EACH ACCIDENT / 500, 000 DISEASE POLICY LIMIT o500,000 THE PROPRIETOR/ X INCL TSF101814-03 06/17/95 06/17/96 DISEASE EACH EMPLOYEE $500,000 PARTNERWEXECUTIVE OFFICERS ARE EXCL OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VENICLES/SPECIAL ITEMS GENERAL LIABILITY COVERAG8SITHE FOLLOWING IS NAMED AS ADDITIONAL AS RESPECTS INSURED CITY OF DENTON ITS OFFICIALS AGENTS EMPLOYEES & VOLUNTEERS ADDITIONAL INSURHD IS PRIMARY AS RESPECTS GENERAL INSURANCE PROVIDED FOR LIABILITY & WORK8R8 COMPENSATION COV8RAG8StA WAIVER OF SUBROGATION IS ADDED DAY NVRSVRY/PG IMP IN FAVOR OF C8R IFCATE HOLDER. R8 JOB 18381 CITY COUNTY CERTIFICATE HOLDER CANCELLATION CITY012 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 OF ANY RIND Upq 110E WEST OAK AUTHORIZED REP DENTON TX 76202 5a�p� eACORD CORPORATION 1993 ACOAD 26-S (3/93) CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAA00350 REVISED 10/12194 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related Investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional Insured the City of Denton, Its Officials, Agents, Employees and volunteers • • That such Insurance is primary to any other Insurance available to the additional Insured with respect to claims covered under the policy and that this Insurance applies separately to each Insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to Increase the Insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required Insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously 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 10/12I94 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS. All ~nsurance pohcles proposed or obtained m satisfaction of th~s Contract shall additionally comply w~th the following marked spec~hcat~ons, and shall be maintained m comphance w~th these additional spec~hcat~ons throughout the duration of the Contract, or longer, ~f so noted [X] A General Llablhty Insurance General Lmb~hty insurance w~th combined single hm~ts of not less than 1.000.000 shall be prowded and maintained by the contractor The policy shall be wntten on an occurrence bas~s e~ther m a single pohcy or ~n a combination of underlying and umbrella or excess pohc~es If the Commercial General L~ab~hty form (ISO Form CG 0001 current edition) ~s used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hab~hty covering th~s contract and broad form property damage coverage · Coverage B shall include personal injury · Coverage C, medical payments, ~s not required If the Comprehensive General L~ab~hty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, ~t shall include at least · Bodily injury and Property Damage L~ab~hty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual hab~hty (preferably by endorsement) covenng th~s contract, personal injury hab~hty and broad form property damage hab~hty AAA003§O CI REVISED 10112/94 - O Insurance Requirements Page 4 [XI Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability Insurance with Combined Single Limits (CSL) of not less than 500,000 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 §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 AAA00360 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability Insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] 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 budding Limits of not less than each occurrence are required ( ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 CI - 5 REVISED 10112194 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles 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 entitles performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00360 REVISED 10112194 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 mall 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 Cl - 7 REVISED 10/12/94 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 1b) 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 AAA00350 REVISED 10/12/94 CI - 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 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 e6tles 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 AM00350 CI - 9 REVISED 10/12/94 U S DEPARTMENT OF HOUSING AD URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (Approlmati Rmlaent) COMMUNITY DEVELOPMENT OFFICE Uo BARBARA ROSS DATE /— ze, -9ig. PROJECT NUMBER (d any) B 94-MC-46 0036 PROJECT NAME CITY COUNTY PLAY/DRAIN The undersigned, having executed a contract with THE CITY OF DENTON for the construction of the above Identified project, acknowledges that (a) The Labor Standards provisions are Included in the aforesaid contract (b) Correction of any Infractions of the aforesaid conditions Including Infractions by any of his/her subcontractors and any lower tier contractors is his/her responsibility 2 He/She certifies that (a) Neither he/she nor any firm, partnership or association in which he/she has substantial interest is designated as an Ineligible contractor by the Comptroller General of the United Slates pursuant to Section 5 6 (b) of the Regulations of the Secretary of Labor, Part S (29 CFR Part 5) or pursuant to Section 3(a) of the Davis Bacon Act, as amended (40 U S ( 276a 2(a)) (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such sub -contractor or any firm corporation partnership or association in which such subcontractor has a substantial interest is designated as an inelinihle contractor Dursuant to any of the aforementioned regulatory or statutory provisions 3 He/She agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including those executed by his subcontractors and any lower tier subcontracts, a Subcontractor's Certification Concerning I nhnr Standards and Prevailinq Wage Requirements executed by the subcontractors 4 He/She certifies that (a) The legal name and the business address of the undersigned are /�XHS /=K✓il2oNM�gnr Ti9L !`7f}NI4Sr2r9�NT�iJC r3n,e 3,r c The undersigned is (Check One) ❑ (1) A SINGLE PROPRIETORSHIP ❑ (2) A PARTNERSHIP FED ID OR SS # 75 = Z 2-867 73 RACE WI-10f ❑ (3) A CORPORATION ORGANIZED IN THE STATE OF ❑ (4) OTHER ORGANIZATIONS (Drsl n61) (c) The name title and address of the owner, partners or officers of the undersigned are NAME I TITLE I ADDRESS //S /Sr ST D014Cz /�i�c�i./ /�'i�r�Sicrr£.�/T -7Z7577./ TX -764-1-7 (d) List the names and addresses of all other persons having a substantial interest in the undersigned and the nature of the -------I (e) List the names, address and trade classifications of all other budding construction contracrors in wmcn me unuerbrgnea Date /—Z6 —qK. /FyAS' �/✓I/IQO�JN1rzr iRLI�//4NAS�j?rci✓TS��C (Contractor) By C - 2 U S DEPARTMENT OF HOUSING AD URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO(Appropriak It(tIpufit) IIIYOp DIN ION c/o BARBARA ROSS COMMUNITY DEVELOPMENT OFFICE 1 The undersigned having executed a contract with DATE PROJECT NUMBER (N any) B-94 MC48 0036 PROJECT NAME CITY COUNTY PLAY/DRAINAGE (Conlnclor or W)conlraclor) for (Nahire of Work) in the amount of $ in the construction of the above -Identified project, certifies that (a) The Labor Standards Provisions of The Contract For Construction are included in the aforesaid contract (b) Neither he/she nor any firm, corporation, partnership or association in which he/she has a substantial Interest is designated as an Ineligible contractor by the Comptroller General of the United States pursuant to Section 5 6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR Part 5), or pursuant to Section 3(a) of the Davis -Bacon Act as amended (10 US C 276a-2(a)) (c) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontract or any firm corporation partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to the aforesaid regulatory of statutory provisions 2 He/She agrees to obtain and forward to the contractor, for transmittal to the recipient within ten days after the execution of any lower subcontract, a Subcontractor's Certification Concerning Labor Standards and prevailing Wage Requirements executed by the lower tier subcontractor, in duplicate (a) The workmen will report for duty on or about (Date) (a) The legal name and the business address of the undersigned are FED ID OR SS # rbl The undersiqned is (Check One) _ ❑ (1) A SINGLE PROPRIETORSHIP ❑ (2) A PARTNERSHIP RACE ❑ (3) A CORPORATION ORGANIZED IN THE STATE OF ❑ (4) OTHER ORGANIZATIONS (Describe) C-3 (d) List the names and addresses of all other persons having a substantial interest in the undersignea ano the nature or me (e) List the names, address and trade classifications of all other building construction o,� ..,,...,,.,y.... DATE By (Contractor) C4 U S DEPARTMENT Or HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF CONTRACTOR/SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive Order 11246 (30 F R 1231-25) The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity employment clause and, if so, whether it has filed all compliance reports due under applicable instructions Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening No contract shall be awarded unless such report is submitted CERTIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER (include ZIP code) TXA.S %r-�d/�eo�✓r��TAL /�n/diSi2M�r_NT.L�c rP,O 90)e 3�9 ✓✓STiN Tx --,Z-z47 1 Bidder has participated in a previous contractor subcontract subject to the Equal Opportunity Clause ryv... n Nn _ 2 Compliance reports were required to be filed in connection with such contractor subcontract Q, Yes ❑ No 3 Bidder has filed all compliance reports due under applicable instructions, including SF-100 O'Yes ❑ No 4 Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended9 ❑ Yes O-No NAME AND TITLE OF SIGNER (Please type) CoN5TiZ cTiCA) 1-1A.v0XIEIC /"Z/� `5& C- 5 A COPY OF THIS FORM MUST BE SIGNED BY EACH PROPOSED CONTRACTOR ANDSUBCONTRACTOR CERTIFICATION OF PROPOSED CONTRACTOR/SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES 7;i,,g5 CITY COUNTY PLAYGROUND DRAINAGE Name of Prime Contractor or B-94-MC-48-0036 Subcontractor Project Name and Number The undersigned hereby certifies that A) Section 3 provisions are included in the Contract B) As contractor/subcontractor I agree to recruit new employees from the project neighborhood New hires will be tracked and information submitted to the City of Denton for verification NOTE SECTION 3 COMPLIANCE INFORMATION MUST BE SUBMITTED TO THE COMMUNITY DEVELOPMENT OFFICE, 100 WEST OAK STREET, SUITE 208 A BREAKDOWN OF SUBCONTRACTORS AND EXISTING WORK FORCE MUST BE INCLUDED (SEE PRECEDING FORMS) C) No segregated facilities will be maintained �/ D ��GLS CO/�$T/ZU�%/O.✓ MAN/+�Sir'2 NAME AND TITLE OF SIGNER (PRINT OR TYPE) SIGNATU C-6 / -26 —96 DATE PROPOSED SUBCONTRACTS BREAKDOWN For the period covering , 1994 through , 1994 (Duration of project) Type of Contract Total Number of Total Approximate I Est # of Contracts I Estimated Dollar II Business or Prof Contracts Dollar Amount to Project Area Amount to Project Busmesses' Area Businesses' *The Project Area is coextensive with the City of Denton's boundaries Company Project Name EEO Officer (signature) C - 7 Project Number Date GCTIKAATFn PRn.IPCT WORKFORCE BREAKDOWN ORY ` TOTAL ESTIMATED POSITIONS # POSITIONS OCCUPIED BY PERMANENT EMPLOYEES # POSITIONS NOT CURRENTLY OCCUPIED # POSITIONS TO BE FILLED WITH L I P A R' /SUPERVIS IONALS CONA NSNTAL MGMTLERICAL WORKERS OTHERS TRADE JOURNEYMEN APPRENTICES MAX #OF TRAINEES OTHERS TRADE JOURNEYMEN APPRENTICES MAX # OF TRAINEES OTHERS EYMEN NTICES OF TRAINEES F RS ...�....... a.,.,,a.. ., a a..e� r.a 'Lower Income Project Area residents mamauals reslamg wmm� me ny �� •• ��� ^^, •• -••• --- , exceed 80% of the median Income In the metropolitan statistical area COMPANY Nw. General Decision Number TX950035/6)V 3 Superseded General Decision No TX940035 State: TEXAS Construction Type: HEAVY County(ies): AN KAUFM COLLIN DENTON KAUFMA DALLAS ELLIS Water and Sewer Lines/Utilities (Including Related Tunneling Where the Tunnel is 48" or Less in Diameter) Modification Number 0 Publication Date 02/10/1995 TX950035 - 1 02/10/1995 COUNTY(ies) KAUFMAN COLLIN DENTON DALLAS ELLIS ROCKWALL PLUM0100B 05/01/1994 Rates PLUMBERS AND PIPEFITTERS 17 50 ----------------------------------------------- SUTX2035A 09/23/1991 LABORERS* Common Utility PIPELAYERS POWER EQUIPMENT OPERATORS: Backhoe Crane Front End Loader Tunneling Machine TRUCK DRIVERS Rates 6 533 7 467 7 828 10 804 10 942 9 163 (48" or less) 9 163 8 528 ----------------------------------------- Fringes 2 86 ---------------- Fringes WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental Requests for additional classifications and wage rates may be submitted to the contracting officer after award, and may be approved only if: (1) the work to be performed by the classi- fication requested is not performed by a classification in the wage determination; (2) the classification is utilized in the area by the construction industry, and (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determina- tion (for the given area and type of construction). (See 29 CFR 5 5(a) (v)) ------------ ---------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates Other designations indicate unions whose rates have been determined to be prevailing. END OF GENERAL DECISION TX950035 - 2 02/10/1995 w ?,4 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL i Demolition & Removal 1 LS $ 15%) LS $ 1 Unit Price in Words ONt`-_TNO�S.tND C-tow. NUPzDem0 wk"eT � p4�L He.S tCTNTS 2 12" Pie 94 LF 16.' LF 0CA.`tO Unit Price in Words E%GHT%Et.l 1,>Gl-l.bRe S. AND Fo R.T GEWTS �LtF, 3 10" Pie 229 7 LF $ %S.-?° ZLF $ 3601-zv Unit in Words 4 8" Pie 726974:=$t2. LF $ 334-7-sue Unit Price in Words Twc-4J2 17�Lt-WRS A-D F-,F< CFeNTS ti F 5 6" Pi e 129 LF $6 ZLF $ 638 s`o Unit Price in Words S Ix-DW-CARS A�+J l..F 6Catch =2Sq Basin 5 Ea $168,°o Ea S,40°o Unit Price in Words tlNE A�-NOOED AND rj1'/-Ty C1�YiT 0O"fkms ANJ (Jc GENT$ 7 1 8" Grate Inlet 6 6cx�, "o Unit )C/ SOWEOD-F oLLARS nND iJo Gtitl3r�- Fc.'A -_ 8 Pie Headwall 1 Ea Zoo Unit Pri¢ce m Words flN NoNCtET5 FqLta2S 9 Downspout Boot 8 Ea Zo "" Ea ►6tl °° Unit Price in Words TW�tJ,.% LJ1QS AND tJo C �N 7-4 BA 10 4" Cleanout 2 Ea ro5.°` Ea $ 130 " Unit Price in Words ,!sI .f� �OLLYJ 2s ANO 1�10 c�NTs PA RT-1 BID TABULATION SHEET DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL [ITEM 11 Fittin s & S ecials 1 LS 6�0.�" LS RiUnit Pic"n Wpgrds sixtiuN ,LLAas P 04% t' C. C+��JTS 12 Grade Swale 20 CY 2.0.W CY 4°o.ad Unit Pr'cce in Words Z$ A"0) N o GE 13 Gravel & Grass 1 LS -150,`° LS iso• �` SuG� Huw.icr +s+��,cry j70L(-Ki2.S AN1i ao Cra1J 1 S Lump Sum Price for base bid. axe srJ fHao SANS SeQeO11�u NQ2C£J i Written Price Numerical Price o . �UoX � rx AS � NJ ,¢o,.i rLv wli H� (�P,.1 As�N�.,•1T-"!-,.X'� Mailing Address iiidder City State Zip Signature Please attach bid for Addendum No 1 for submission BT-2 Demolition, Grading and Drainage Work for Denton City -County Day Nursery ADDENDUM No.1 This addendum is issued prior to project bid to supersede certain instructions on the plan sheet and to solicit a quote for additional work Item No 1• Revised Instructions for Playground Equipment (All equipment references are to the PLAYGROUND EQUIPMENT SCHEDULE on the plan sheet) All revised work identified by this item shall be reflected in the base bid A Relocate "1 Concrete Turtle" from existing location to the front yard at a location to be specified by the Day Nursery staff The purpose is to provide a visual amenity for the children This task will be effective only if the turtle is moved without damage (The original instruction was to remove the turtle ) B Relocate "7 Sand box" from existing location to a location on the property specified by the Day Nursery staff Relocate the frame and as much sand as can reasonably be moved (The original instruction was to remove the sand box ) C Remove "10 Timber Gym " This revised task includes complete demolition and removal from the property (The original instruction was to leave in place ) Item No 2 Alternate Bid Item No 1 Provide a lump sum bid (including all mobilization, materials, labor, overhead & profit, cleanup, and miscellaneous expenses) to complete a concrete pad to fill in the center of playground piece "9 Concrete Play Ring " The center is currently filled with sand A Remove sand and soil to 4" depth within the entire concrete ring If needed, save the sand for placement in the relocated sand box (playground piece 7) continued - A-1 Denton City -County Day Nursery Addendum No. 1 (page 2) B Prepare uniform graded soil surface within the nng Excavate 6" deep by 6" wide trench around the inner edge of the existing concrete rmg Finished concrete thickness shall be 4" mmimum, except at the 6" thick perimeter nng C Place #3 at 18" on center each way reinforcing steel bars on plastic chaos within the entire ring D Cast Portland cement concrete (3,000 psi at 28 days) with 5 % air entraining agent at 5" maximum slump Screed and float the surface Provide smooth finish. Match existing concrete around entire edge No saw cuts or joints are required Lump Sum Price bid for this Alternate O�IETNowSAw� P EIGwr Vnuuae's 6Na 140 GeN-k s Written price End of Addendum No 1 BURKE ENGINEERING 1318 Auburn Drive Denton, Texas 76201 (817)382-4948 Numerical price. A-2 A COPY OF THIS FORM MUST BE SIGNED BY EACH PROPOSED CONTRACTOR ANDSUBCONTRACTOR CERTIFICATION OF PROPOSED CONTRACTOR/SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES Texas r,1�,�zo,or��N,—iaLriA� �r1e�c�a� CITY COUNTY PLAYGROUND DRAINAGE Name of Prime Contractor or B-94-MC-48-0036 Subcontractor Project Name and Number The undersigned hereby certifies that A) Section 3 provisions are included in the Contract B) As contractor/subcontractor I agree to recruit new employees from the project neighborhood New lures will be tracked and information submitted to the City of Denton for verification NOTE SECTION 3 COMPLIANCE INFORMATION MUST BE SUBMITTED TO THE COMMUNITY DEVELOPMENT OFFICE, 100 WEST OAK STREET, SUITE 208. A BREAKDOWN OF SUBCONTRACTORS AND EXISTING WORK FORCE MUST BE INCLUDED (SEE PRECEDING FORMS) C) No segregated facilities will be maintained LO.P rliccs coNST,z. c� �oiJ wla,�c���e NAME AND TITLE OF SIGNER (PRINT OR TYPE) ,� SIGNATURE DATE C-6 U S DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF CONTRACTOR/SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive Order 11246 (30 F R 1231-25) The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity employment clause and, if so, whether it has filed all compliance reports due under applicable instructions Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening No contract shall be awarded unless such report is submitted CERTIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER (include ZIP code) F_ XR S ENr/JdG�J/v/��✓.JTJ9L M/s/.JA6it✓14:NT r✓G T.JST,.✓ , Tx 7bL�%7 1 Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause 2 Compliance reports were required to be filed in connection with such contract or subcontract rv6 . rl Nn 3 Bidder has filed all compliance reports due under applicable instructions, including SF-100 nix.. nNn 4 Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? ❑ Yes lidd No NAME AND TITLE OF SIGNER (Please type) W P Mlu-s coasctz�crtotJ Mta.lt�c>irtL SIGNATURE DATE