Loading...
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