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