Loading...
1997-201 ORDINANCE 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 compeutlve bids for the construcU~n of pubhe works or improvements In accordance w~th the procedures of STATE law and City c{rdinanees, and W[-IEREAS, the City Manager or a designated employee has received and recommended that the herein dascnbed bids are the lowest responsible bads for the constmcUon of the pubhe works or lmproveinents described an the bad invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE CO[IINCIL OF THE CITY OF DENTON HEREBY ORDAINS ~ That the following eompetmve bids for the construction of public works or anprovyn~e~n_t_s, as d_escnbed In the "Bid Invitations", "Bad Proposals" or plans and specifications on file an the iOffice of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereb~ accepted and approved as being the lowest responsible bads N~ IMBER CONTRACTOR AMOUNT 2( 54 SOUTHWEST CONSTRUCTORS, INC $ 79,179 00 SI ~ 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 constmeuon of such public wo :ks or improvements herein accepted and approved, until such person shall comply with all reqmr ,'merits specified an the Notice to Bidders including the timely execution of a written contract md furnishing of performance and payment bonds, and ~nsurance certificate after notlficaU, ,n of the award of the bid SI ;CT202~UII That the City Manager is hereby authorized to execute all necessary written contracts: hr the performance of the construeUon of the public works or improvements in accordance with the 1,1ds accepted and approved herein, provided that such contracts are made in accordance with the 1' [oUee to B~dders and Bid Proposals, and documents relating thereto specifying the terms, conchUon 3, plans and speeffieaUuns, standards, quanutles and specified sums contained therein SECTION IV That upon acceptance and approval of the above competxtxve b~ds and the execution of contracts for the pubhc works and xmprovements as authorized herexn, the C~ty Council hereby authorizes the expenditure of funds xn the manner and ~n the amount as spemfied ~n such approved b~ds and authorized contracts executed pursuant thereto SECTION V That tbas ordinance shall become effective ~mmedlately upon xts passage and approval PASSED AND APPROVED th~s the ff~' day of ,1997 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2 DATE JULY 15, 1997 CITY COUNCIL REPORT TO Mayor and Members of the C~ty Council FROM Kathy DuBose, Executive Dtreetor of F~nance SUBJECT BID # 2054 - ASBESTOS ABATEMENT RECOMMENDATION: We recommend th~s b~d be awarded to the lowest b~dder, Southwest Constructors, Inc, m the mount of $79,179 00 SUMMARY: Th~s b~d ~s for the asbestos abatement for Project li at the Denton Municipal Center The ~roject includes abatement of asbestos near the V~s~on Room area mpreparatlon for renovation at a future ate The proposed renovation m intended to allow for the relocation of Customer ServIce and Tax Dlws~ons from C~ty Hall to DMC Our consultant, Triad Onsxte Systems, has confirmed Southwest Constructors references and also found them m full compliance w~th State of Texas regulations P__ROGRAM,~; DEPARTMENTS OR GROUPS AFFECTED. Facilities Management Dlv~slon as well as, to a small degree, employees and users of DMC FISCAL IMPACT: Funds for thts contract will come from bond funds for building renovation account #457-032-BLDG-9718-9101 Attachments Tabulation Sheet Respectfully submitted Kath~DuB .o~e Executive D~rector of Finance Approved ~-'~~Name TomD~M Tttle Purchasing Agent 897 AGENDA DH) NAME Asbestos Abatement L A H P D W W AMERICAN CST SOUTI~VEST CERTIFIED fiEi ENVIRO ENVIRO ADATEMENT ENVIRO ENVRIO CONST ABATEMENT OPEN DATE Ju~e 24,1997 INC INC SPECIALTIES INC INC SYSTEMS INC ~ ~ LBase Did S94,232 O0 $89,869 O~ $89,52700 S140,237 50 ~$ 84,_~40 ~ S79,179 O~ $79,400 O01 CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 15 day of JULy A.D., 19 97 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through .~.~ BENAVIDES thereunto duly authorized eo to do, hereinafter termed "OWNER," and SOD~IWEST CONSTR~CTORS r INC. P.O. BOX 50469 AUSTIN. TX 78763 of the City of AUSTIN , County of TRAVIS and State of T~ , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2954 - ASBESTOS ABATI~4ENT in the amount of ~79,179.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equlpme~t, 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, andthe Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by TR~a~ ONSITE SYS~R~ INC. all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent StatV. 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. 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 protectthe City of Denton against any and all such claims and demands. Choice of Law and Venu~ 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST ~ ~u3~C ~a-'Ju_,v, v%o~ so~ ~oNs~%e~oP, s, ~NC. _ MAILING ADDRESS ~HONE' NUMBER AX ~UMBER TITLE ~R~NTED N~E APPROVED AS TO FOR~: (SEAL) C~ty A~%orney / AAAO184D Rev. 04/05/96 CA - 3 JUL-22-$7 TUE 11~30 ~ NILLI~ G~HONtlNSUEI~I, IGE F~ NO, 5124090443 P, /'09 ISC 3242 Th~ ;TA~ OF ~ ' be ~a~d ~ ~ ~, ~xas, ~o~ ~h6 ~O~nC o~ which ~Y ~e Oz~ or ~pl~n~al ~e~ ~ah ~creaaea the ~traac price, ~C in ~ ov~.~ a~ll a ~an~ 0~ · x'~ ~LZ~TZ~ TO PAY ~ is ~e~m~ ~Y A.D, 10~7, a c~ o~ w~h is ~m~o a~&c~d a~ ~a~ a pa~ wa~M ~o~ ~a~ ~ht. ~a~, and ~1~ ~eXf~ ~d f~fill all the ~i~a, a~anca, JUL-22-8? TUI~ 11:31 ~ I~ILLI~ G~ION~INSUPu~NOI~ F~ NO, 51248~0443 P,~ ~09 7,X9.$ e~ t~ ~ O~e, Ve~'s ~Cated Civil ~tac~eo o~ the  ~~ INC. ~ ~rc ~C A. Sparks S~ ~ _.4635~c~en Dallas, ~. 75244 JUL-22-97 TU£ 11=2~ ~ I~ILLI~ O~I'IONIINSU~NOE F~ NO, S1248@0443 P, Ti~ ~TAT~ OF TE~ " ISC 3242 coI~TY ~ D~n~TON hareaE~e~ ~ ~de, nOCSeO ~ ~Smly waived, here~ mc~uXacea ~ agrme~ PA~ JUL-22-97 TU£ 11:30 ~I ~ILLI~H G~ONtlNSU~N¢[ F~ NO, 5i246@0443 P, U'-NI aY: St~4JTh'flEilr P.,ONBTRUi~TO; 7-a1-i)7 9iaBI 5128359BB$ -~, 512 4l~B A~TB SOUTHWEST CONSTRUCTORS, INC  ,~ TNTR~AT~ON~ SURETY a , ~U~TY CO~ Marc A Sparks e~aa~? ~Eass~ 4635 McEwen Dallas,, Tx. 75244 INTERNATIONA. L S R TY BOND ' '~, ~ ~' ' NUMBER ISC 3,242 TTO EY S~ PAPER, n~I~A~'8~ ~ ~ ~A~ ~R~A~ PRINCIPAL NAME, ADDRESS ~ ~ ~N om~Y ~ ~s~o IN COerCiON Cl~, STATE, ZIP '~ ~° --r ~ --~"s'hsvmgz~p~clp~°m~ln~fD~l*%p~u~t/~ef°~nff~ Sou~hwesb Consbrucbors, Inc. o]ua~ ~t~ ~y me m~a~ ~ of ~ s~ o[ D~o~ ~ ~d P.O. Box 50469 ,.~mP~3 ~wit , :~ , Ausbln, ~. 78763 Atto~oy-ln F~t ma Bo~ of D~tors or b ~OL~D, ~at ~e si or S~m~, ~d ~e Se~ of ~e u~ b~ ~ u~n/~e EFFECTIVE DATE 7-22-97 Comp~ym~w]~ [~d~umen~mla~g "'I CONTRACT AMOUNT $79,179.00 ~i" ' BONDAMOUNT $79,179.00 e gEFEREY'NELSON, PATRICIA C HAYES i~ ~e ~d law~ attorney( ) la,act, w{~ ~],~ower sad au~onty ~mby ~nfe~d m ~ name place and stud, to mgn ex~um ac~owl~e and dehver m ~ ~half as su~,~y~d ~lbonds a~ ~u~gs o~ ~yah]p ~d(obiadI~t~ation~S~ty &casu~ty Company~emby as ~lly andto~ s~exmnt asif~y bonds, under ~ngs ~d d~uments mia( a~}o sacb ~ ~ ~de~ngs ~e~ne~ by ~e duly au(hoflz~ officer of ~e Imema~onal S~ & Casu~ty Comply and ~1 ~e acm of s~d attorney(s) m f~t, ~q'~t to ~enty hemm~stven ~,h~' by ratified ~d confi~ed STA~OFTE~S ~ ) ~ , ~ ,~ X%~/~ / -/ ~ ~ COUN~ OF DALLAS ;' ~' , I~ ' , ''I % -- / (/F le~y NeOn On ~ls 19~ day of C ~r, ll~S A D h~m me ~me F. J~eao~ ~o~ m me ~mon~y who b~g by me d~y ~om, ~d dele ~d ~, ~at he ~ld~ In ~e S~ offs, that I ~ ~l~n' ~t of In~afl~n' al Su~,~}C~ Comply, ~e co.rationd~d In and whl~ ex~u~ ~e a~e I~mment, ~at he ~ows ~e ~1 ofsald a he ~fl°nl~t~e s~ ~ ~e ~d~t~ ~ such ~ra~ s~' ~at It w~ ~ ~ bY °~e~ °f ~e B~ °f Dl~m °f~ld hJ~ ~er + 1 co~oraflon and ~t f ~ ~e.~9~]Syli~ ~' STATE OF ~XAS ) ~ COUN~ OF DALLAS I, ~e ~de~l~ ~_~ _~ A, ~ of ~e ~o~ S~ & ~ty ~mp~y, a ~ Co~fl~, ~ ~BY ~ ~t ~e CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It ia 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 Iow 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: W~thout hmlting any of the other obhgations or habd~t~es of the Contractor, the Contractor shall prowde and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the m~n~mum ~nsurance coverage as ,nd~cated hereinafter As soon as practicable after notification of b~d award, Contractor shall file w~th the Purchasing Department satisfactory certificates of ~nsurance, containing the b~d number and t~tle of the project. Contractor may, upon wntten request to the Purchasing Department, ask for clarification of any ~nsurance requirements at any t~me, however, Contractors are strongly adwsed to make such requests prior to b~d opening, since the insurance requirements may not be modified or waived after b~d open,rig unless a wntten exception has been submitted w~th the b~d. Contractor shall not commence any work or deliver any mater,al until he or she receives notlficat, on that the contract has been accepted, approved, and signed by the City of Denton All ~nsurance pohc~es proposed or obtained ~n satisfaction of these requirements shall comply w~th the following general specifications, and shall be maintained ~n compliance w~th these general specifications throughout the duration of the Contract, or longer, ~f so noted · Each policy shall be ~ssued by a company authorized to do bus,ness ~n the State of Texas w~th an A M Best Company rating of at least A- · Any deductibles or self-~nsured retent,ons shall be declared ~n the bid proposal If requested by the C,ty, the ~nsurer shall reduce or ehm~nate such deductibles or self-~nsured retentions w~th respect to the C~ty, ~ts AAAO0360 1 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvestlgat~ons, claim administration and defense expenses · L~ab~liW pohcles shall be endorsed to provide the following. · · Name as additional ,nsured the C,ty of Denton, ~ts Officials, Agents, Employees and volunteers · · That such insurance is primary to any other insurance avmlable to the addltmnal insured w~th respect to claims covered under the pohcy and that th~s insurance apphes separately to each insured agmnst whom clmm is made or suit ~s brought The ~nclus~on of more than one insured shall not operate to ~ncrease the insurer's limit of liab~hty 4 · All pohcms shall be endorsed to prowde thirty(30) days prior written notme of cancellation, non-renewal or reduction ,n coverage · Should any of the required ~nsurance be prowded under a claims-made form, Contractor shall maintain such coverage cont,nuously throughout the term of th~s contract and, w~thout lapse, for a period of three years beyond the contract expiration, such that occurrences arising dunng the contract term whmh give r,se to clmms made after expiration of the contract shall be covered, · Should any of the required insurance be prowded under a form of coverage that includes a general annual aggregate hm~t prowdmg for clmms investigat~on or legal defense costs to be ~ncluded ~n the general annual aggregate hmlt, the contractor shall e~ther double the occurrence hm~ts or obtain Owners and Contractors Protective L~ab~hty Insurance · Should any required ~nsurance lapse dunng the contract term, requests for payments originating after such lapse shall not be processed until the City recmves satisfactory ewdence of reinstated coverage as required by th~s contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse AAA00360 REVISED 10/12/~4 CI - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be mamtmned fn compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: A. General Liability Insurance: General Llab,hW insurance with combined single hm~ts of not less than ~lrooofooo shall be provided and maintained by the contractor The policy shall be wntten on an occurrence basis either m a single pohcy or in a combination of underlying and umbrella or excess policies If the Commercial General Llab~hty form (ISO Form CG 0001 current edition) is used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hablhty covering th~s contract and broad form property damage coverage · Coverage B shall include personal injury · Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Ed~Uon 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 ~njury liab~hty and broad form property damage hablhty. AAA00350 .EV~SED ~on~/e4 CI - 3 Insurance Requirements Page 4 Automob,le Liab,lity Insurance: Contractor shall prov,de Commercial Automob,le Uab,lity insurance w,th Combined S~ngle Limits (CSL) of not less than ~5oorooo e,ther in a s~ngle pohcy or In a combination of basic and umbrella or excess pohc~es The pohcy wdl include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used ~n conjunction w~th th~s contract. Satisfaction of the above requirement shall be ~n the form of a policy endorsement for · any auto, or · all owned, hired and non-owned autos IX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensat;on ~nsurance which, ~n addition to meeting the m,mmum statutory requ,rements for ~ssuance of such ~nsurance, has Employer's Llab~hty I,m~ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy limit for occupational d~sease The C~ty need not be named as an "Additional Insured" but the ~nsurer shall agree to waive ail nghts of subrogation against the C~ty, ~ts 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 prows~ons of Attachment 1 ~n accordance w;th §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor'e Protective Lmb,l~ty Insurance The Contractor shall obtain, pay for and maintain at all times dunng the prosecution of the work under this contract, an Owner's and Contractor's Protective L~ab~l~ty ~nsurance pohcy naming the City as insured for property damage and bodily ~njury which may anse ~n the prosecut,on of the work or contractor's operations under th;s contract Coverage shall be on an AAAO0360 REVISED 10/12/94 CI - 4 Insurance Requ;rements Page 5 "occurrence" barns, 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 ,s required if Broad form General Liability is not provided or ~s unavadable to the Contractor or if a contractor leases or rents a portion of a City building Lim~ts of not less than each occurrence are required [ ] Professmnal Liability Insurance Professional habdlty insurance with limits not less than per clmm with respect to negligent acts, errors or omissions ~n connection w~th professional services ~s required under this Agreement [ ] Builders' Risk Insurance Builders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provided Such pohcy shall ~nclude as "Named insured" the C~ty of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other ~nsurance may be required on an individual basis for extra hazardous contracts and specific servme agreements If such additional insurance ~s required for a specific contract, that requirement wdl be described ~n the "Specific Conditions" of the contract specifications AAAO0350 5 Insurance Requirements Page 6 ATTACHMENT I [ ] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions Certif,cate of coverage ("certlficata")-A copy of a certificate of ~nsurance, a certificate of authority to self-,nsure ~ssued 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 ent,ty's employees prov,dwng serwces 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 provld,ng services on the project ("subcontractor" an §406 096) - ~ncludes all persons or entlt~es perform,ng all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly w~th the contractor and regardless of whether that person has employees This ,ncludes, without hmitat~on, independent contractors, subcontractors, leas,ng companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Serwces" ~nclude, without limitation, prov,dmg, hauhng, or dehvenng equ,pment or materials, or providing labor, transportation, or other service related to a project "Services" does not ~nclude activities unrelated to the project, such as food/beverage vendors, office supply delflvenes, and delivery of portable toilets. B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and flhng 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 10112/94 CI - 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, pnor to the end of the coverage period, file a new certificate of coverage w~th the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person prowding 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 certiflca{es of coverage showing coverage for all persons prowdlng services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage show.ng extension of coverage, ~f the coverage penod 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 wntlng by certified mall or personal delivery, within 10 days after the contractor knew or should have known, of any change that matenally affects the provision of coverage of any person prowdmg services on the project H. The contractor shall post on each prolect site a not~ce, 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. AAAO0350 REVISED 10112/94 CI - 7 Insuranoe Requirements Page 8 I The contractor shall contractually require each person with whom ~t contracts to provide services on a project, to (1) provide coverage, based on proper reporting of class,flcatton 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 prov,d,ng 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) prowde 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 w~th whom it contracts, and provide to the contractor: (a) a certlf,cate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends dunng 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 wnting by certified mall or personal delivery, w~th,n 10 days after the person knew or should have known, of any change that matenally affects the provision of coverage of any person prowdlng services on the project, and AAA00360 REVISEO 10112/94 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person w~th whom It contracts, to perform as required by paragraphs (1) - {7), with the certificates of coverage to be prowded to the person for whom they are providing services J. By slgmng th,s 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 w~ll prowde services on the project w~ll be covered by workers' compensation coverage for the duration of the project, that the coverage wdl be based on proper reporting of class~f;cation codes and payroll amounts, and that all coverage agreements w;ll be filed w~th the appropriate insurance carrier or, ,n the case of a self-insured, w~th the commission's D~wslon of Self-insurance Regulation Prowd~ng false or m;slead~ng information may subject the contractor to admimstratwe penalties, criminal penalties, clwl penalties, or other mwl actions . K. The contractor's fa;lure to comply w~th any of these prows~ons ~s a breach of contract by the contractor which entitles the governmental entity to declare the contract void ~f the contractor does not remedy the breech w~thln ten days after receipt of not~ce of breach from the governmental entity. AAAOO350 9 REVISED 10112/94 [.~1 00300 - 1 BID FORM SECTION 00300 ~ BID FORM To City of Denton Date June 23, 1997 In comphance w;th your Invitation for B~ds and subject to the cond~bons thereof the undersigned SOUTHWEST CONSTRUCTORS, INC. (Name of BIDDER) a Corporation organized and existing under the laws of the State of TEXAS A Partnership consisting of N/A or an Indiwdual trading as hawng pnnclpal offices m the City of AUSTIN , hereby proposes to furnish labor and matenals and perform Work reqmred, ~nclud~ng all appl,cable taxes, hcense fees, permits, bonds, msurance premiums and other associated items necessary m the performance of the Work for the following Project Pmject Name ASBESTOS ABATEM~ ~ MUNICIPAL BUILDING Address 604 EAST HICKORY STREET - DENTON~ TX Pmlect Number' 2054 In accon:lsnce with Contract Doouments dated 4-~8-97 as prepared by TRIAD ON$1TE SYSTEMS, INC. ACKNOWLEDGMENT8 The BIDDER declares that he has examined the site of the Work and fully informed himself reRan:ling pertinent conditions, and that he has examined the Contract Documents (including Addenda received) fort. he Work. relative thereto, and that he has satisfied hlmSatf relative to the Work to be performed 00300 - 2 BID FORM BASE BID The BIDDER herawffh submits for th~ port,on of the Work ~dentlfied as "Base B~d" a lump sum b~d of SEVENTY-NINE THOUSAND ONE HUNDRED SEVENTY-NINE AND NO/100 DOLLARS Do[Jars ($ 79,179.00 ) ALLOWANCES The BIDDER herewith acknowledges the following allowance amounts to be m addition to the Base Bid In computing the Contract Sum for the Project CONTINGENCY ALLOWANCE $ 5,000 00 ADDENDA The BIDDER acknowiedges reca~pt of Addenda Numbers LIQUIDATED DAMAGE8 The undersigned agrees, if awarded the Contract, to complete the Work w~thm the number of calendar days shown in Section 01000 or pay the CITY OF DENTON $500 00 per calendar day m L~qutdated Damages PROJECT SCHEDULE The BIDDER submits the following Work schedule as a modification of the Mammum Project Duration referenced ~n Section 01000 (BIDDER may submit modification to reduce the Project Duration only, ~ncrease of Project Duration is not accoptable) The CITY OF DENTON w~ll evaluate this submittal with consideration of the value of completion of the Project ahead of Maximum Project Duration and costs of TRIAD ONSITE SYSTEMS, INC.'s services associated vath eady complehon Should the BIDDER choose to work outside the schedule hereto submitted, services for Inspecbon and A~r Monitonng will be provided by TRIAD ONSITE SYSTEMS, INC and costs of such services w~ll be backcharged by the CITY OF DENTON to the BIDDER at the CITY OF DENTON's cost plus twenty pement (20%) The BIDDER agrees to start Work w~thm ] 4 consecubve calendar days of recmpt of notice to proceed and complete the Contract within consecutive calendar days BIDDER's Work hours and days of week w~ll be MONDAY THRU FRIDAY 7:00AM TO 6.00PM (Attach additional sheet If necessary to ~dentify BIDDER's Work schedule throughout Project Duration ) 00300- 3 BID FORM UNIT PRICES The BIDDER herewith submits for additional umts of Work that may be ~dent~fied by the CI'I"Y OF DENTON dunng the coupe of the Contract, or w~thtn s~xty (60) days follovang Final Completion, umt pnces complete for removal and disposal of the followIng items M~mmum trip charge $ 800.00 (to be apphed ~f Work rome ~s no longer at sRe) Acoustical ce~hng t~le $ /,. 5c} per sq ft Bo~ler, tank, flue insulation $ 7.50 per sq ft Straight mn p~pe ~nsulat~on $ 8. S0 Der Im ft (6" d~a p~pe and smaller) P~pe titting insulation $ &5.00 ~ Der fitting (6" dla pipe and smaller) Duct ~nsulat~on $ 3.75 Der sq ft Resultant floor t~les and mashc $ 1.75 Der sq ff Gross debris on floor' $ 20.00 per sq ft 00300 - 4 SEE ATTACHED BID FORM The BIDDER as pert of the bid package shall submIt a hst of a minimum of five (5) pmwous asbestos abatement I~mjects of a sImilar scope and size., successfully completed by the BIDDER along w~th the Owne(s name, address, and telephone number If the projects were handled by a consulting firm, the name, address, contact and telephone number of the firm shall also be included LIST FIVE PREVIOUS ASBESTOS ABATEMENT PROJECTS 1 OWNER PHONE NO CONTRACT SUM COMPLETION DATE Consultant Phone No 2 OWNER PHONE NO CONTRACT SUM .... COMPLETION DATE Consultant Phone No 3 OWNER PHONE NO CONTRACT SUM COMPLETION DATE Consultant Phone No 4 OWNER PHONE NO CONTRACT SUM COMPLETION DATE Consultant Phone No 5 OWNER ,, PHONE NO CONTRACT SUM, COMPLETION DATE Consultant Phone No 00300 - 5 BID FORM BID SECURITY The undersigned, prowded the b~d is accepted, agrees to enter into a Contract ~n accon:lance w;th the Contract Documents w;th,n4en (10) days after the Contrsct ~s awarded In acoon:lance wrth the terms of the Inwtatlon to Bidders, enclosed ~s b~d sacunty in the form of Certified Check, Cashier's Check or B~d Bond for not less than ten percent (10%) of the total maximum amount of all b~d items The security will be retained by the CITY OF DENTON as hquldated damages m the event the undersigned ~s awarded the Contract and fails to execute ~t [~ B~d Bond [ ] Cash~er*s Check [ ] Certified Check CONTRACTOR QUALIFICATION As part of the b~d requirements a properly completed AIA Document A305, "Contractor's Qualification Form" is enclosed w~th th~s b~d INSURANCE CERTIFICATES As part of the b~d requirements a properly completed "Certificate of Insurance" is enclosed with this b~d CITATIONS The undersigned certifies that he [ ] has [3J has never received any cJtabons issued by Federal, State or Local regulatory agencies relating to asbestos abatement act~vihes for the Contracting Company listed below and any and all Its affiliates If any c~tat~ons have been issued attach a record of said citations including projects, dates and resolutions LEGAL PROCEEDINGS/CLAIMS The undersigned certifies that he [] has [~ has never been involved m any asbestos-related legal proceedings/claims m which the BIDDER (or employees scheduled to participate in this project) have participated or are currently involved If any legal proceedings/claims have been issued attach a record of sa~ legal proceedings/claims including descriptions of role, ~ssue and resolubon to date TERMINATIONS The undersigned certifies that he [ ] has ~ has never been involved in situations in which an asbestos related Contract has been term,nated If any terminations have been issued attach a record of said termmabons including projects, dates and reasons for termmahons 00300 - 6 BID FoRM ~. Contracts on behelf of the fraud or collusion with any legally named, that this propOSal i~sohmitted in good faith without faith and CERTIFiCATiON8 The undersigned certifies that he ts authorized to execute addreSS set forth BIDDER es below ts true and complete, and that the bid is mede m good other BIDDER, that the data indicated may be sent to the undersigned at the in full acco~ with ~late Law Notice or acceptance below BIDDER -.~c)I1~R~T~ST~TL'~sTV'UCTO~s' *[~C. ~~ _ Legal name of Matting Address ~ ~ -- AuST~-t~. ,'Z,~[''~**8 78763 Name Typed Title corporation number (if appllcat~le) DATA oN BIDDER . -""-'-- Abatement contra~Or'S State hcenss ' ~cense Number submit copy of License rate number;, if I)ld is signed · ___. ~, o comoraUon, type in ,.c~_.~o ~l-d the corporation If an ..... ,~ their adctmpu~ --_ '_"J ,--,tten authom¥ ," '"- the bid or .if = ~artnemtllP, list ~;'o~er than the preStGem m ~ a bid shall be over the initials of the person signing individual, then so state Any modification to of an agent who supplied written authority with the modification STATE OF · D BSCRIBED ~EF~O~RE -- END OF sEcTION -- /4Co. o. CERTiFiCATE OF LIABILITY INSURANC & = DATE,MME--, 07/24/9, .ROEUOER '"~H~ CERTIFICATE IS ISSUED AS A MA~ER OF INFORMATION ONLY ~D CONFERS NO RleHTS UPON THE CERTIFICATE W~11~ G~n Zn~=an=e HOLDER THIS CERTIFICATE DOE8 NOT AMEND, EXTEND OR ALTER THE COVE~GE AFFORDED BY THE POMCIE8 EELOW ~6~5 ~a~lupe Austin ~ 78701 COMP~IESAFFORDINGCOVE~GE COMPANY Phone No 512-477-6~45 INSURED COMPANY Sou~h~es~ C Texas WC Ins P O Box 50~69 COMPANY Austin ~ 78~63 D INDICATED NO~ITHST~DING ~Y REQUIREMENT TE~ OR CONDITION OF ANY CON.CT OR OTHER ~CUMENT WiTH RESPECT TO WHICH THIS EXCLUEION~ ~D CONDITION8 OF SUCH POLICIES LIMIT6 SHOWN ~Y HAVE BEEN REDUCED BY PAiD LTR POLICY EFFE~E POUCY ~PI~TION LIMIT8 ~ ~PB OF ~NSU~N~E POLIOY NUMBER DATE (MMIDD~) DATE (MWDD~Y) I GENERAL AGGREGA~ S 2 t 000,000 eENE~L L~BILITY ~ X ~ ~MMERClALGENER~LLIABIL~ G~1001866 05/19/9~ 05/19/98 PRODU~S COMP~PAGG $ 2~000~000 A ~ Asbestos To.ap FIREDAMAOE(Anyoneflm) $ 50,000 A ~ Asbestos ~m~ MED~(Anyone~n) $ 5~000 ~ ~ ANYAUTO ~0181820 11/01/96 11/01/97 ~ HIRED AUTOS BODILY INJURY EMPLOYERS UAelLI~ EL EACH ACCIOE~ $ 1 t 000 t 000 C THEPROPRI~O~ ~INCL ~B~11620702 09/22/96 09/22/9~ ELDISEASE ~LICYLIM~ $1f000,000 atta~ed to pol~B~1620702 in ~vo~ ~it~ of Denton OERTiFi~A~ HOLBBR ~ City of Denton