HomeMy WebLinkAbout1994-158ORDINANCE NO.
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 CONTRACTOR AMOUNT
1661 HAMON POWER SERVICES INC. $ 51,628.00
1666 BRITTON BLDG EXHIBIT A
1666 MEMBER BUILDING MAINT EXHIBIT A
1669 W.F.C. CONSTRUCTION INC. $ 39,482.00
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 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 the �day o4,1994.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APIVOVED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
BY A"
v
BID l
1666
BID NAME
JANITORIAL.
SRR VICES
PAGE t OF 2
OPEN DA'PE
AUG UST 23, 1994
1, 112 MOS I CITY UAW. CLEANING (35,000SQ PT)
,a.
2
CITY HALL CARPL+T(2TIMLSA YR)
Ib.
2
CITY HALT. WINDOWS(2I7MES A YR)
SECTION If
2.
12 MOS
TRAFFIC CONTROL BLDG CLEANING
3.
12 MOS
CITY ANIMAL CONTROL/BNVIRO
HEALTH OFFICE CLEANING ONLY
3a.
2 MOS
CITY ANIMAL. CONTROL WINDOWS
(2TIMRS A YR)
4.
12 MOS
EQUIPMENT SERVICES CLEANING
S.
12 MOS
SERVICE CENTLR/PURCIIASING
Sa.
2
SRRV. CENTER/PURCIIASING CARPET
(2 TIMES/YEAR)
6.
12 MOS
SERVICE. CRNTISR/UTIL CLEANING
6a.
12 MOSNOTE:
COMMUNICATIONS/COMPUTBR
6b.
l2 MOS
SERVICE CENTER MEN•S DOWNSTAIRS
RESTROOM IS TO BE CLEANED TWICE
DAILY
6c.
2
SERVICE CENTER/U7TL CARPET
(2TIMLS/YR)
6d.
2
SERVICE CLNTER/UTIL. WINDOWS
(2 TIMES A YR)
SECTION III
DENTON MUNICIPAL. COMPLEX (DMC)
7s.
12 MOS
MC/IIU MAN RESOURCES (5,700 SOFT)
7b.
12 MOS
DMC/INFORMATION SERVICES
(5,100 SO PT)
7c.
12 MOS
DMC/MUNICIPAL. COURT (6,791 SO PT)
7d.
/2 MOS
DMC/POLIOF DEPT (38,139 SO PT)
7e,
2
DMC CARPETS (2 TIMES A YR)
7L
2
DMC WINDOWS (2 TIMES YR)
8.
12 MOS
FACILITIES MGMT BLDG (1,000 SO PT)
9.
12 MOS
VISIONING OFFICES
BRI TON MEMBERS
BLDG BUILDING
MAINT
$1.905.00
EXHIBIT A
$550.00
$140.00
$200.00
$280.00
$50.00
$ 150.00
$ 200.00
$ 80.00
$1,100.00
$100.00
$100.00
$450.00
$150.00
$400.00
$350.00
$531.00
$2,628.00
$935.00
$150.00
$125.00
$180.00
DATE: September 13, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1661 - REPAIR OF FEED WATER HEATER
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder,
Hamon Power Services Inc. in the amount of $51,628.00.
SUMMARY: This bid is to supply materials and labor to repair the Feed Water
Heater on Turbine Unit 5-3 at the Electric Production facility. Public Utility Board
recommends approval.
BACKGROUND: Tabulation Sheet; Memorandum dated August 30 prepared by Jim
Thune, Plant Manager.
Electric Production Plant,
FISCAL IMPACT: Funds for this maintenance project will come from 1993-94 budget
funds allocated for maintenance of generating equipment. Account # 610-101-1011-
5120-8339-55000000 with a balance of $55,431.48.
pectfully u mitted:
oyd V . arrell
City Manager
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
518.AGEMA
@ N m o 2 2
\ m O Q
§ § %
7 m
« m
10 z a _ \ /
\ /m §K §> k q
�� kj )� �� k /
m Z § m 2 I k
�§ � m n = E § 2 m
o §\ §§ §0 z 7
@ a§ �§� \ §
/ ) \ m
z
\ k Fm
§ W # ° 2 m3
MM
a % a 1-4cxn m
8 8 k 8\ B
� � ■ � ¥
% § § 8 2 m § §
k ƒ
\ l �3i
# w o <t■
� % 8 § 2
f�� 2
September 1, 1994
CITY COUNCIL AGENDA ITEM
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Lloyd V. Harrell, City Manager
RE: 5-3 FEEDWATER HEATER REPAIR
RECOMMENDATION:
The Electric Utility recommends contracting with Hamon Power
Services Inc. to retube and repair Unit 5-3 feedwater heater
bundle. The Public Utility Board approved this recommendation
September 6, Exhibit I.
SUMMARY:
Spencer Unit 5-3 feedwater heater has failed in service to the
extent that reliable steam cycle operation cannot be maintained.
Repairs anticipated include replacing the tube bundle and repair or
replacement of the tubesheet/support elements. This work has been
competitively bid to qualified contractors. Hamon Power Services
Inc. provided low evaluated bid for anticipated work.
BACKGROUND:
Spencer Steam Generating Units incorporate feedwater heating in the
steam cycle to improve overall unit efficiency. Feedwater heating
in this case is accomplished by closed feedwater heaters utilizing
extraction steam from the turbine. By design, feedwater flows
through hundreds of small diameter tubes and is heated by
extraction steam which surrounds the small tubes. Operation of the
steam cycle relies on the integrity of the closed feedwater
heaters. In the event of tube failure, feedwater passes quickly to
the steam side of the heater which operates at much lower pressure.
When this occurs, the possibility of water induction to the turbine
and/or insufficient supply of feedwater to the boiler could occur.
In either case, mechanical damage will likely result.
The Unit 5-3 feedwater heater was installed in 19-12. Heater tubes
consist of copper nickel material. Years of service, including
cycling, have resulted in deterioration of the copper nickel tube
material through a process known as exfoliation. This results in
deterioration of the exterior tube surface effectively weakening
the pressure capability of the tubes. The process is irreversible
and can only be minimized by controlling the environment
surrounding the tubes. Since the tube exterior is exposed to
atmospheric conditions off line and since the units are cycled
repeatedly due to Pool dispatch economics, tube failure is somewhat
common. In the severe case experienced with Unit 5-3 feedwater
heater, many tubes failed which limited the ability to maintain
proper feedwater regulation to the boiler drum.
This heater has incurred several failures in the past. The tubes
have been hydrostatically tested with failed tubes plugged.
Exfoliation has occurred to the extent continued operation would
place the turbine and boiler at unnecessary risk.
A specification was issued to qualified vendors soliciting costs to
retube the feedwater heater tube bundle. The specification
requested stainless tube material which has a much longer life
expectancy in cycling service applications.
PROGRAMS, DEPARTMENT, GROUPS AFFECTED:
Electric Production Division, Operations Department, Fuel cost,
City of Denton Customers
FISCAL IMPACT:
Evaluated Cost Comparison
Retube cost
Estimated tube support cost
Gasket cost
Inspection of tubesheet cost
Total
Prepared by:
A - �
Jim T une, Plant Manager
Approved by:
R.E. Nelson, Executive Director
Electric Utilities
Hamon Yuba
$44,078.00 $42,800.00
$ 5,700.00 $14,150.00
$ 275..00 $ 200.00
S 1,575.00 $14,250.00
$51,628.00 $71,400.00
Respectfully,
Lloyd V. Harrell
City Manager
Exhibit I: Public Utility Board recommendation
Senior
$44,687.00
$16,797.00
$ 350.00
$ 400.00
$62,234.00
DATE: SEPTEMBER 13, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1666 - JANITORIAL SERVICE
RECOMMENDATION: Council approve award of Bid #1666 - Janitorial Service to the
low bidders meeting specifications as shown on the attachment (Exhibit "A") .
SUMMARY: This bid is for the annual janitorial service requirements for city
buildings excluding the recreation facilities (which are bid on a separate cycle) .
This bid has the option to be renewed for an additional one year period based upon
the mutual agreement of both parties. Window and cleaning to be performed on an
"as needed" basis.
BACKGROUND: Exhibit "A", Tabulation Sheet, Memorandum from Mary Ragusa,
Facilities Management.
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Facilities Management, City
Buildings as Tabulated
FISCAL IMPACT: Funding for this cleaning will be available in the 195 Fiscal Year
budget for Facilities Management and Fleet Services which is estimated to be
$103,998. Of this estimated total $98,988.00 is for daily cleaning and the balance of
$5,010.00 would be for bi-annual carpet and window cleaning if requested.
�pectft}llyr
itte
t GGLC' ((///�//
Loyd V . Harrell
City Manager
Prepared By:
Name: Janie Harden
Title: Buyer
Approved:
Name: Tom D.Shaw,C.P.M.
Title: Purchasing Agent
522.AGENOA'.
BID # 1666
BID NAME JANITORIAL
SERVICES
PAGE I OF 2
OPEN DATE AUGUST 23,1994
BRITTON
BLDG
MEMBERS
BUILDING
MAINT
SECTION 1.
1.
12 MOS
CITY HALL CLEANING (35,000SQ FT)
$1,905.00
Ia.
2
CITY HALL CARPLIT(2TIMES A YR)
$550.00
2b.
2
CITY HALL WINDOWS(2TIMRS A YR)
$140.00
SECTION 11
2.
12 MOS
TRAPPIC CONTROL BLDG CLEANING
$200.00
3.
12 MOS
CITY ANIMAL CONTROL/BNVIRO
$280.00
HEALTH OFFICE CLEANING ONLY
3m.
2 MOS
CITY ANIMAL CONTROL WINDOWS
$50.00
(2TIMES A YR)
4.
12 MOS
EQUIPMENT SERVICES CLEANING
$150.00
5.
12 MOS
SERVICE CENTER/PURCHASING
$200.00
Sm.
2
SERV. CENTER/PURCHASING CARPET
$80.00
(2 TIMES/YEAR)
6.
12 MOS
SERVICE CENTFRAJTIL CLEANING
$1,100.00
6a.
12 MOS
NOTE: COMMUNICATIONS/COMPUTER
$100.00
6b.
12 MOS
SERVICE CENTER MEN'S DOWNSTAIRS
$100.00
RFSTROOM IS TO BE CLEANED TWICE
DAILY
6c.
2
SERVICE CENTER/UTIL CARPET
$450.00
(2TIMES/VR)
6d.
2
SERVICE CENTERfUTH,. WINDOWS
$150.00
(2 TIMES A YR)
SECTION III
DENTON MUNICIPAL COMPLEX (DMC)
7a.
12 MOS
DMCAIUMAN RESOURCES (5,700 SO FT)
$400.00
7b.
12 MOS
DMCANPORMATION SERVICES
$350.00
(5,100 30 FT)
7c.
12 MOS
DMC/MUNICIPAL COURT (6.79180 PT)
$531.00
7d
12 MOS
DMC/POLICE, DEPT (38.139 30 VT)
$2.628.00
7e.
2
DMC CARPETS (2 TIMES A YR)
$935.00
7f.
2
DMC WINDOWS (2 TIMES A YR)
$150.00
8.
12 MOS
FACILITIES MOMT BLDG (1,000 SQ FT)
$125.00
9.
12 mos
VISIONING OFFICES
$180.00
EXHIBIT A
BID
BID
OPEN
N
NAME
DATE
1666
JANITORIAL
SERVICES
PAGE I OF 2
AUGUST 23,1994
BRITTON
BLDG
MEMBERS
BUILDING
MAINT
BILL
COTTRELL
SECTION I.
1.
12 MOS
CITY HALL CLEANING (35.00OSQ PT)
$1.905.00
$2,080.00
NO DID
In.
2
72b.2
CITY HALL CARPFT(2TIMES A YR)
$550.00
$500.00
CITY HALL WINDOWS(2TIMES A YR)
$140.00
$100.00
SECTION 11
2.
12 MOS
TRAFFIC CONTROL BLDG CLEANING
$175.00
$200.00
3.
12 MOS
CITY ANIMAL CONTROLIENVIRO
$375.00
$280.00
HEALTH OFFICE CLEANING ONLY
3a.
2MOS
CITY ANIMAL CONTROL WINDOWS
$12.00
$50.00
(2TIMES A YR)
4.
12 MOS
EQUIPMENT SERVICES CLEANING
$110.00
$150.00
5.
12 MOS
SERVICE CENTER/PURCHASING
$320.00
$200.00
5a.
2
SEEN. CENTER/PURCHASING CARPET
$50.00
$80.00
(2 TIMES/YEAR)
6.
12 MOS
SERVICE CENTERfUTIL CLEANING
$1.344.00
$1,100.00
6a.
12 MOS
NOTE: COMMUNICATIONS/COMPUTER
$120.00
$100.00
6b.
12 MOS
SERVICE CENTER MEN'S DOWNSTAIRS
$220.00
$100.00
RESTROOM IS TO BE CLEANED TWICE
DAILY
6c.
2
SERVICE CENTERtUTIL CARPET
$400.00
$450.00
(2TIMEStYR)
6d.
2
SERVICE CFNTER/UTIL. WINDOWS
$150.00
$150.00
(2 TIMES A YR)
SECTION III
DENTON MUNICIPAL COMPLEX (DMC)
7a.
12 MOS
DMC/HUMAN RESOURCES (5,700 SO FT)
$400.00
$300.00
7b.
12 MOS
DMCANPORMATION SERVICES
$350.00
$260.00
(5,100 SQ FT)
7c.
12 MOS
DMC/MUNICIPAL COURT (6,791 SQ FT)
$531.00
$350.00
7d.
12 MOS
DMC/POLICE DEPT (38,139 SQ FT)
$2,628.00
$2,965.00
7e.
2
DMC CARPETS (2 TIMES A YR)
$935.00
$400.00
7f.
2
DMC WINDOWS (2 TIMES A YR)
$150.00
$100.00
8.
12 MOS
FACILITIES MOMT BLDG (1,000 SQ FT)
$125.00
$120.00
9.
12 MOS
VISIONING OFFICES
$180.00
$371.00
BID BOND
YES
YES
REFERENCES
YES
YES
CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (877) 566-8200
MEMORANDUM
TO: Melanie Harden, Buyer
FROM: Mary Ragusa, Administrative Assistant
DATE: September 2, 1994
SUBJECT: Janitorial Bid 1666
Please award the following sections of the bid to the specified low
bidder.
Section
Section I
Section II
Section III
If you have any
Ma y R usa/ A�t1T
1772.FM �/
Bidder
Bid Price
Britton
$24,240
Members
$27,020
Britton
$52,738
tions please call me.
strative ASS1S
DATE: SEPTEMBER 13, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1669 - CANOPY AND FOUNDATION FOR WAREHOUSE
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder,
W.F.C. Construction Inc., in the amount of $39,482.00.
SUMMARY: This bid is for a metal canopy and the support foundation to cover an
existing 60' x 125' concrete slab. The slab is located on the north end of the
warehouse facility. This single slope shed will be 20' high on the highside and allow
for storage of wire and PVC conduit.
As the City of Denton Utility Departments move from metal pipe to PVC and from
overhead Electric Distribution to underground distribution, protection of inventory
stock from sun damage becomes critical. Underground wire does not have the UV
protection that is built into overhead wire and sunlight causes PVC pipe to become
brittle.
This shed area will be open on two sides and will offer weather protection for
approximately $250,000.00in Warehouse stock.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse Operations
FISCAL IMPACT: Funds for this warehouse facility addition were approved in the
1993-94 budget process. Account Number #710-0430-0582-9101 with a balance of
$39,750.00.
t��G`�' pec� lly , u mitted:
Loyd V . Harrell
City Manager
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
521.ACENDA
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this
SEPTEMBER A.D., 1994 , by and between
13
day of
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through ILOYD V. HARRELL
thereunto duly authorized so to do, hereinafter termed "OWNER," and
W.F.C..CONSTRUCTION.:INC.
5809 E. BERRY
FT WORTH, TEXAS 76119
of the City of FT WORTH , County of TARRANT
and State of TEAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
- CANOPY AND FOUNDATION FOR
in the amount of $39,482.00
connection therewith, under the term
Conditions of the agreement; and at hi
and expense to furnish all mater:
equipment, tools, superintendence, 1
accessories and services necessary to
above, in accordance with the conditic
Proposal attached hereto, and in accc
Conditions of the Agreement, the Speci
Bidders (Advertisement for Bids), Inst
Performance and Payment Bonds, alll
accordance with the plans, which
and all extra work in
as stated in the General
(or their) own proper cost
als, supplies, machinery,
xbor, insurance, and other
complete the work specified
ns and prices stated in the
rdance with all the General
it Conditions, the Notice to
ructions to Bidders, and the
attached hereto, and in
Lncludes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
CITY OF DENTON ENGINEERING STAFF
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under.this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and.hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in.
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
'it'Ddyi y rd. C16e�c�scN
APPROVED AS TO FORM:
CA - 3
�Y
kb 9' 1D
_ A%W2,�
W.F.C. CONSTRUCTION INC.
CONTRACTOR
,52807 .E, Ef�
7c rzu, ix 769/1ce/
MAILING ADDRESS
PHONE NUMBER
8i7- ysl - B�'7
4WINUXI
•
(SEAL)
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
endorse-ments 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
AIT00611A
RIM91{1) 09/02/93
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(3O) 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.
AFF006DA
REVISED O9/02193
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
bd A. General Liability Insurance:
General Liability insurance with combined single limits of not less than _
$son,onn shall be provided and maintained by the contractor. The policy
shall be written on an occurrence basis either in a single policy or in a
combination of underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used:
• Coverage A shall include premises, operations, products, and
completed operations, independent contractors, contractual liability
covering this contract and broad form property damage coverages.
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, independent
contractors and property damage resulting from explosion, collapse
or underground (XCU) exposures.
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
AFF006BA
REVISED 08/02/93
Insurance Requirements
Page 4
[x[ Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $300,000 either in a single
policy or in a combination of basic and umbrella or excess policies. The policy
will include bodily injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for:
• any auto, or
• all owned, hired and non -owned autos.
bd 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.
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract. Coverage shall be on an
.'occurrence" basis, and the policy shall be issued by the same insurance
company that carries the contractor's liability insurance. Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate.
AFF0068A
REVISED 08/02/93
" Insurance Requirements
Page 5
[ l Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is
unavailable to the contractor or if a contractor leases or rents a portion of a
City building. Limits of not less than each occurrence are required.
[ l Professional Liability Insurance
Professional liability insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection with
professional services is required under this Agreement.
[ l Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value
shall be provided. Such policy shall include as "Named Insured" the City of
Denton and all subcontractors as their interests may appear.
[ l 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.
APP006BA
REVISED O8/02/93
BID NUMBER 1669 BID PROPOSALS Page 2 of 20
City of Denton, Texas
Purchasing Department
901•B Texas St.
Denton, Texas 76201
ITEM
DESCRIPTION
OUAN.
PRICE
AMOUNT
1.
Canopy Free Standing ...................................
1
$ 30691
$ 30691
2.
Foundation for Canopy ..................................
1
$ %(X '
$ %(ad7U"
3.
Combination Item 1 & 2 complete ........................
IT
$38x7('
$ $271
4.
OPTIONAL: Additional cost of skylight panel (quantity
EA
$ %7 -
$ 9�
to be deterimined) (See Exhibit B)...........
5.
OPTIONAL: Gutter and downspout as described in bid
IT
$ W1�
$ 1211
documents....................................
TOTALS
We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in days from receipt of order. Terms net130
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a
reasonable period of time constitues a contract. The completed Bid Proposal must be properly priced, signed and returned.
58nq Ze
Mailing Address
City state zip
F/7- ys/- C�yiCr
C ;Yce-
/�eiaaer
Signature
t
Telephone Title
BID NUMBER 1669 b1U 1JhUf V%)NLJ Page 3 of 20
NOTE:
A) Bidders are not restricted to bidding all items. Bids maybe submitted for Item
1, Item 2, or Item 3. The City reserves the right to award contract or
contracts based upon single items or combination.
B) Site location is: City of Denton Service Center
Warehouse Complex
901B Texas Street
Denton, Texas 76201
(817)383-7100
C) Suppliers are responsible for site visitation to familiarize themselves with
surrounding structure, fences, equipment etc.
D) Measurement verification are the responsibility of the bidder.
E) Security fences must be secured at close of workday.
F) Reference to proprietary items is intended to describe a process, quality or
end result and not to limit competition.
G) Canopy related materials will be paid 90% upon delivery to job site and receipt
of proper invoicing. All labor, incidental and 10% hold back on materials will
be paid upon completion and acceptance by City of Denton.
H) Building permits will be required however, no charge will be applied.
I) Bid to include suggested design drawings and materials list.
In submitting the above bid. the vendor agrees that acceptance of any or all bid items by the City of Denton. Texas within a
reasonable period of time constitutes a contract.
Bidder Signature
Title
BiUNUMULK 1669 Il71LJ t"IIVrVJMLJ
Page 4 of 20
SCOPE OF WORK AND MISCELLANEOUS INFORMATION
Project must meet requirements of the City of Denton Building Codes 1991 Edition
Uniform Building Codes
60' x 125' x 20' high side EH; 1/2:12 single slope building
UBC 12/20/70 with no collateral load, with Exposure "B"
Bays at 25' o/c (see drawing)
Bearing frame endwalls
West endwall open to existing tilt -wall
High sidewall open to existing tilt -wall
Rods in sidewalls ok
Rods in end walls ok (except 10' ramp area in east wall)
26-ga. MAP Galvalume roof panel
26-gauge MVW painted wall panels west side,
Flash roof to existing tilt wall (reglets style)
Standard gutter and downspouts (optional)
Complete erection
Freight FOB job site
No Insulation
No Electrical
No sales tax (City funded project)
roof line to existing wall
see Exhibit A as suggested method
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton. Texas within a
reasonable period of time constitutes a contract.
Bidder
� oere
SOUTHWEST ASSURANCE ID:214-691-4961 OCT 04'94 7:35 No.003 P.01
Is
60uthwest Assurance group, Inc
9400 N. Central Lxpwy.♦ #1550
Dallas♦ TX 75231-5044
(214) $91-5721 PAX SOL-4961
mum
WPC CONSTRUCTORS, INC.
5809 Be BERRY ST.
FT. WORTH, TEXAS 76119
COMPANIES AFFORDING COVERAGE
THIS IS TO CEHIIFY THAT THE POLICIES OF INSURANCE LISTED BELOW
HAVE BEEN ISSULD TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR OONDIRON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE IRBUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 19 SUBJECT TO ALL T//E
TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
._..................................................................r......................_....._..................................
. fi � T1TE of NMIAARcI: PMIDY NDIMFJI
,....... .........................
ommm
� DATENYIMM DMY) �AMICIA�NDmJN UM"
A1 BWPAuI IJALNun
:............. .................... :... ................... ...... .... 4...............................................
GEHF7V... AODIEGAYE
,,.................
;c
...........0 0
2 0.00..........
Y caAYA111cuL miRAL LIABILITY CLA s 730 SS8
PNDpUC1BCOL 1OF ADD.
a
21000000
.........;
i
g .......... ........... ........1.....—.........I.._...._
07/01/94 107/01/95. aADY-"�n.......!.._.l♦_OOO.A00
owNBI'G L DDIRA.CIGRr PADY. I
; MC11 OCCONOIEE
1....
1.I_000,00
..............
FINE DAMAGE WW me &e)
......I....
...........q...99
'
..........._.....................................__...............,..........,...................._............
AuroMDD� IMeurr
A! X . ANY AUTO I CAP T on SSS
..............................__...E°.owa+s....!m'.?".!.!«w".?.....................§.r.00
5................................ VAWD 9NGLE
ue
;s
1
11000,00
,.......IALLDOMEDAUTDB
....................................................
�7/01/94 07/01/95;BDDLYMARYis
i 1A
601A GID AUTOS
(Pa powo
L......
BODILY INJURY
' X [ 1101441NiED ADTDB
per bow"'II
..•.•..� GARAGE LIABILITY
i PNOFT]RY DAMAGE
is
,..................................................... _.....................
iTDleat IBurnY
........,....................... ................ ,.....,......... ......................................................
ocuNwr♦+cE
_.................
1♦ODD.♦_00
►
A; 8 1LWMMIAW cur I m WT
.. ...........
�7/01/94 : 07/ 01/ 95 ADDITEwtE „�.._.
�!
,1♦ 000�00
WOFJMI$ COMM MINIM i ..X... STATUTORY LIMITS
B; AND T8P taBTesaD 00/20/94 ; 08/20/95MDNAcaoD+r
.......:,.�...� , DW" . C44H OA%"
DAl11DYO11C LIABILITY............................................I..............o.......... ... ..
jOINWI ......................................i
BIBBRPTION OF OFW:1TgNOnGCA7101MAMNCT>FNN'BCML REMC
....._..................................._......
RE! BID 1 1669 — CANOPY AND
FOUNDATION FOR WAREHOUSE
CITY OF DEMON, ITS OFFICIALS AGENTS, EMPLOYEES & VOLUNTEERS ARE
ADDITIONAL INSUREDS ON GEN.
MAD i AUTO LIAB.
PKIMMOW.... ... '........ .... � ....
m.:5..9'.ITA "ii:Ai':.a..r ...il'Jif� uYia1JA •' .Cy,. • n��Xli .!t... ..7
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANbIaI.m BEFORE THE
"PIP TON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAILDAYS WRITTEN NOTICE TO THE CERTIFICATE MOfDER NAMED TO THE
CITY OF DENTON
LEFT, SLIT FAILURE TO MAIL NOTICE SHALL IMPOSE No OBLIGATION OR
PURCHASING DPT. TOK SHATQ
p LIABILRY OF ANY NINp U THE COMPANY, ITS ENIS REPRFSENTATIYFS.
901—B TEAS STREET
DEMON TX 76203
AunaR®pvxearA
1 O //.. J
OCT 4 '94 07:53 214 691 4961 PAGE.001