Loading...
1996-007 ORDINANCE NO. $G'OO7 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. W~EREAS, the City has solicited, received and tabulated compet~'tive 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 ~mprovements described in the bid invitation, bid proposals and plans and specifications there~n; 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 f~le 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 1838 TEXAS ENVIRONMENTAL $16,593.69 MANAGEMENT, INC. SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and ~nsurance certificate after notification of the award of the b~d. SECTION III. That the City Manager is hereby authorized to execut'e all necessary written contracts for the performance of the construction of the public works or improvements an 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 here~n, the City Council hereby authorizes the expenditure of funds ~n the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V. That th~s ordinance shall become effective immediately upon ~ts passage and approval PASSED AND APPROVED this the~~ day of ,1996. ATTEST: JENNIFER WALTERS, CITY SECRETARY HERBERT L. PROUTY, CITY ATTORNEY DATE' JANUARY 2, 1996 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT. BID # 1838 - CITY COUNTY DAY NURSERY DRAINAGE/PLAY GROUND IMPROVEMENTS RECOMMENDATION: We recommend this bid be awarded to the Iow bidder, Texas Environmental Management, Inc , in the total amount of $16,593 69 SUMMARY. This bid is for all materials and labor necessary m dronnage repairs to the playground area, landscaping, and relocation of some playground equipment Three proposals were received in response to seven notices to bid mailed to contractors BACKGROUND: Tabulation Sheet, Memorandum from Barbara Ross dated 12-15-95. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Community Development Office, City County Day Nursery Staff and Patrons, Citizens of Denton FISCAL,IMPACT: Funds for this Prelect are Budgeted m Account Number 219-059- CD9N-8502 with a balance of $20,000.00 Rick Svehla Acting City Manager Prepared by' Name Denise Ha~pool ~ Title Semor Buyer Name' Tom D Shaw, C P.M Title Purchasing Agent CITY OF DENTON, TEXAS 100 WEST OAK o SUITE 208 o DENTON, TEXAS 76201 o (817) 383 7726 o FAX(817) 383 2445 Community Development off~ce MEMORANDUM TO Tom Shaw, Purchasing FROM' Barbara Ross, Commumty Development DATE December 15, 1995 SUBJECT C~ty County Day Nursery B~d #1538 City County Day Nursery and the Community Development Office would like to accept the $14,793 69 b~d from Texas Environmental Mangement, Inc to complete the drmnage/playground project We would also hke to accept the $1,800 alternate b~d Th~s wall make the total contract amount $16,593 69 Th~s project was approved ~n the 1994-'95 Combined Statement of Community Development Object~ves and Projected Use of Funds and the HOME program description A total of $23,223 was set astde for the project that ~ncludes drmnage repatrs to the playground area, landscaping and the relocation of some playground eqmpment Please let me know ~f you need further information to schedule the b~d for mty counml approval Barbara Ross "Deal, cared to Quahtg Serwce" STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 2 day of JANUARY A.D , 19 96 , by and between CITY OF DENTON of the County of n~.~, and State of Texas, acting through RICK SV~.m.A thereunto duly authorized so to do, hereinafter termed "OWNER," and TR~A-q ENVIRONMF~&L M~R. MENT~ INC. P.O. BOX 369 JUSTIN, TR~A~ 76247 of the city of justin , County of and State of T~.~A~ , 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 tko bonds attached hereto, CO~TRACTOR hereby agrees wlth oWNER to commence and complete performance of the work specified below: BID # 1838 - CITY COUNTYDAY ~m~R~y D~Ai~A~R/PLAYGROU/TDIMPROVEMENTS · n the amount of $16,593.69 and all extra work connection therewlth, under the terms as stateA in the General Conditions of the agreement; and at his (or thelr) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, ~n accordance wlth the condltlons and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and ~n accordance wlth the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by all of which are made a part hereof and collectively evidence constitute the entire contract. indeDendent Status It ~s 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 C~ty 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 h~s designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the C~ty of Denton from any and all damages, loss, or liability of any kind whatsoever, by ~eason of Injury to property or thlrd persons occasioned by any error~ om~sslon or negligent act of Contractor, ~ts officers, agents, employees, invitees, and other persons for whom ~t ls legally liable, with regard to the performance of th~s Agreement, and Contractor wlll, at its cost and expense, defend and protect the Clty of Denton against any and all such ~la~ms 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 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 w~thln the tlm~ stated in the Proposal, subject to such extensions of time as are provided by the General and Special Condltlons. The OWNER agrees to pay the CONTRACTOR ~n current funds the price or prices shown in the Proposal, whlch 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. TEF~%S ENVIRONMENTAL MAnAGEMENt, INC. CONTRACTOR J~2-1~ ?7( ?g~Z¢7 MAILING ADDRESS PHONE NUMBER FAX NUMBER PRINTED APPROVED AS TO FORM. (SEAL) clty A ~6rney f AAA0184D Rev 07/28/94 CA - 3 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That TEXAS ENVIRONMENTAL MANAGEMENT, INC. , of the City of JUSTIN County of DENTON , and State of TEXAS as PRINCIPAL, and ~lJ]f ~n~anc.~ ~nmpanv , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the T~E CItY OF DEI~I%~N as OWNER, in the penal sum of SIXTEEN THOUSAND FIVE. ~[I~{D~RD NIN~ '~}{RRR and 69/100 ..... Dollars ($ 16,593.69 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the Z day of jA~Ja,¥ , 19 96, for the construction of BID # 1838 - CITY COU~F~YDAYNURSERY D~I~/PLAYGROUND II~PROVE~ENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condltlon of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements In and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addltlon to the terms of the contract, or to the work perfoz~med thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect 1ts obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 23rd day of January 19 96 Texas Environmental Management, Inc Gulf Insurance Company Principal Surety_~ Laura Esplnoza Address: ~'~. ~oX ~ Address: 5550 W T0uhy Ave , -~7~.~ 7~ 7~24Z~ Su3te 400 Sk0k~e, Ill 60077 (SEAL) (SEAL) The name and address of the Resident Agent of Surety IS: Boley-Featherst0n Ins Co 701 Lamar Wichita Falls, Tx 76301 NOTE: Date of Bond must not be prior to date of Contract. ~AA0184D Rev. 07/28/94 PB - 2 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS' That ~YA~ ~u~,n~m~q.N?AL MANAf4R~.NT. INO__ of the City of ~,VT~ County of DENTON , and the State of TEXAS , as principal, and Su]f Insurance Company ~8~thorlzed under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto TN CITY DENTON , OWNER, in the penal sum of SIXTEEN THOUSAND FIVE HUNDRED NINTY THREE and 69/l°~-l-lars ($ 16.593.69 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 2 day of JANI]A,¥ 19 96 · BID # 1838 - CITY COUNTY DAY NURSERY DRAINAGE/PLAYGROUND IMPROVEMENTS to whlch contract is hereby referred to and made a part hereof as fully and to the same extent as If copied at length here~n. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwlse to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all llabilities on this bond shall be determined in accordance wlth said provisions to the same extent as if they were cop~ed at length herein. PB - 3 S~rety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the ter~s of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 23rd day of January 19 96 Texas Environmental Management, Inc Gulf Insurance Company Principal /~ Surety By ~/5D~-/O~ ~' /~' ~'~~'~'/~ _ . . Laura Esplnoza Title 'l'ltle. ~ ...... , Address: PO ~O~ ~ Address: _~$~7/~ /-~ ~25/~ 5550 W Touhy Ave , Suite 400 Skok~e,Ill 60077 (SEAL) (SEAL) The name and address of the Resldent Agent of Surety is: B0ley-Featherst0n Ins Co 70l Lamar W~ch~ta Falls, Tx 7630l AAA0184D Rev 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That T~.~as ENVIRONMENTAL MANAGEMENTr INC. as Principal, and Gulf Insurance ~0m0anv a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the city of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the shim of ONE THOUSANDSIXHUND~ED FI1~YNINEand 37/100 .... Dollars ($ 1.659.37 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, ]ozntly and severally. This obligation is conditioned, however, that: WHEREAS, said TEXAS ENViRONi~ENTALMANAGEMENTr INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1838 - CiTY CO~NT~DAYN~RSERY DRAINAGE/PLAYGROUND IMPROVR-~.~S which contract and the plans and speclflcatlons therein mentioned, adopted by the City of Denton, are filed with the City Secretary of sa~d City and are hereby expressly ~ncorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WI{EREAS, under the said plans, specifications, and contract, · t ~s provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfllllng that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of thls section is to cover all defective conditions arising by reason of defective materla,ls, work, or labor performed by said Contractor, and in case the said Contractor shall fall to repair, reconstruct or maintain said Improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successlve breaches of the condltions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout sa~d maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during sa~d time. IN WITNESS WHEREOF, the saidTexas Enwr0nmental Management, as Contracto~u]9~s~~yhas caused these presents to be executed by GUI? Insurance Company and the sa~d as surety, has c~lEs%~ presents to be executed by Its Attorney-in-Fact and the s~ld Attorney-In-Fact has hereunto set his hand this 23rd oanuary 96 day of , 19__ PRINCIPAL: ~[~ETY: Gul~IS'surance Company Laura Esp] noza ~=~/~/w~-~ Attorney-~n-Fact AAAO184D Rev 07/28/94 MB - 2 GULF INSURANCE COMPANY BOND KANSAS CITY, MISSOURI NUMBER GE 5 7 POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLLE PRINCIPAL C~Ty,NAME-sTATEADDRESSzIP SAFETY PAPER WITH TEAL INK DLTLICATES StI~LL HAYE THE SA~%IE FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL Texas Enw ronmental Management, I nc KNOWN ALL MEN BY THESE pRESENTS That the Gulf Insurance Corn P. 0.B ox 369 ~any, a corpora on duly orgamzcd under he laws of the State of Ivhssoun having s principal office in the city of Irving Texas pursuant to the foBowmg resoluuon J U st, 1 n, TX 76247 adopted by the Finance & Executive Commutee of the Board of D~rectors of the smd Company on the 10~h day of August 1993 to RESOLVED that the Pres den Executive %ce Presldem or any Semor Vice President of the Company shall have authority to make execute and deliver a pov, er may be selected from time to time and any such Attorney In fact may ~oe removed ~ EFFECTIVE DATE President, or any Semor Vice PresMem or by the Board of Directors or bv the Finance and Executive Commutee of the Board of Directors 1 - RESOLVED that nothing in thru Power of Attorney shall be construed a', a grant of authority to the anorney(s) In fact to sign execute, acknowledge deb~er or other CONTRACT AMOUNT wise issue a pohcy or pohctes of insurance on behalf of Gulf Insurance Company RESOLVED that the signature of the President Executive Vice President or $ 16,593.69 anySemorVcePres~dent andtheSealoftheCompanymaybeafBxedtoan:, such · Power of Attorney or any ccrt fica e re a ng thereto by facsimile and any such ~ BOND AMOUNT powers so executed and certlBed by facsimile signature and facslmde seal s[~all be vabd and binding upon the Company m the future w~th respect to any bond and documen s relating to such bonds to wMch they are attached $ 16,593.69 Laura Esp~noza ItS true and la ~'~'(.! .... . ~ o~ nf auretwhm and to brad Gulf Insurance Company thereby as ~1) and to the same extent as ff any bonds undertalangs and documents relating to such bonds and/or undertakdngs were signed by the duly authorized officer of the Gulf Insurance Lompany aha all me acts oT said attorney(s) m-fact, pursuant to the authority berem given are hereby raufied and confirmed TI~ obligation of the Company shall not exceed one mllhon ($1 000 000 00) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and Its Corporate Seal to GULF INSLR~,CE COMPANY Christopher E 1,'*arson STATE OF NEW YORK President SS COUNTY OF NEW YORK On this 1st day of Februar), 1994 A D, before me came Christopher E s,~.atson, kno~n to me persunalh ,~ho being b~ me duly sworn, did depose and say, that he resides in the County of % estchester, State of New York, that he is the President of the Gulf Insurance Comport*, the corporation described in and which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the smd instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto b~ like order  Da~ld Jaffa No 24-4958634 Qualified in Kings County STATE OF NEW YORK ) Corem Expires No*ember 13, 1995 ) SS COUNTY OF NEW YORK ) I, the undersigned, Senior Vice President of the Gulf Insurance Comport:,. a Missouri Corporation, DO HEREB'~ CERTIFY that the foregoing and attached pOWER OF ATTOILNEY remains in full force ~ Signed and Sealed~at the City of New York Dattd tbc 23rd da~ of January ,19 96 DATE IMMIDD/YY) A(, ORI). CERTiFiCATE OF INSURANCE cs. c. T~XA-F,1 01/29/96 PRODUCER THIs cERTiFICATE IS isSUEn ASA MA I I t:M OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Box Insurance Agency HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 1200 8 Main, Suite 1800 Grapevine TX '76051 COMPANIES AFFORDING COVERAGE COMPANY A The Ohio Casualty Group 817 -481-3529 TEXAS ENVIRONMENTAL B Texas Workers~Comp Ins Fund MANAGEMENT, INC. AND TEXAS ENVIRONMENTAL MANAGEMENT COMPANY C SAN ANTONIO, INC -- P O BOX 369 COMPANY JUSTIN TX 76247 D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS CESTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN iS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS GENERAL AGGREGATE 2 ~, 000 ~, 000 A X COMMERCIALGENERALLIA61LITY ETO50645940 11/15/95 1:1/15/96 PRODUCTS COMP/OPAGG E TNC'r,UDED PERSONAL&ADVINJURY $ 1,000~,000 I CLAIMS MADE []OCCUR EACH OCCURRENCE E 1 # 000 ~, 000 OWNER S & CONTRACTOR S PRom X $250 PD DEDUCT FIRE DAMAGE (Any one fire) $ 50#000 AUTOMOBILE LIASILITY COMBINED SINGLE LIMIT E 1, 0 0 0, 0 0 0 A ~ ANYAUTO EA050645940 11/15/95 11/15/96 EACH OCCURRENCE $1,000,000 A X UMBRELLA FORM BXO50645940 11/15/95 11/15/96 AGGREGATE RETENTION e 25,000 X I STATUTORY LIMITS ......... 'la WORKERS COMPENSATION AND' t S ~ '0,0'00 THEPROPRIETOE/ [-~INCL T8F[01814.03 06/17/95 06/17/96 ),SEASE POUCYUMIT *500,000 INBURAN~ ..... -.- ............... ~RAGESiA WAIVER OF SUBROGATION IS ADDED IN FAVOR OF CERTZ=UA*1'm ~ .......... 8. OERTIFIOATS HOLDER CANCELLATION CITY012 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE C'rTZ OF DENTON uP ANY KIND U~ THE COMPANY ITS ~TS O~,I~RESRESENTATIVES 110~ W~8T OAN AUTHORIZEDREP~ ~,ATIV DENTON TX ?6202 ~ ~PORATION 1993 ACORD 26-S {3/9~) "~' '"' CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is d~rected to the insurance requirements below It ,s h,ghly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance cert~f,cates and endorsements as prescribed and provided here~n If an apparent Iow bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon b~d award, all insurance requirements shall become contractual obligations which the successful b~dder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: W~thout limiting any of the other obhgat~ons or I~ab~ht~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 insurance coverage as indicated hereinafter As soon as practicable after notification of b~d award, Contractor shall file w~th the Purchasing Department satisfactory certificates of insurance, containing the b~d number and t~tle of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance 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 opening unless a wntten exception has been submitted w~th the b~d Contractor shall not commence any work or deliver any material until he or she receives notlhcat~on that the contract has been accepted, approved, and s~gned by the C~ty of Denton All ~nsurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained ~n comphaace 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 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 ~n the b~d 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 AAA00350 REVISED 1OI12194 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvest~gat~ons, claim adm~mstrat~on and defense expenses · L~ab~l~ty policies 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 ~s primary to any other insurance available to the additional ~nsured w~th respect to claims covered under the policy and that th~s ~nsurance applies separately to each ~nsured agatnst whom clatm ts made or su~t ~s brought The ~nclus~on of more than one insured shall not operate to increase the insurer's Itmtt of Imb~hty · All pol~cms shall be endorsed to prowde thirty(30) days prtor written nottce of cancellation, non-renewal or reduction in coverage · Should any of the required ~nsurance be prowded under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of th~s contract and, w~thout lapse, for a per~od of three years beyond the contract expiration, such that occurrences arising dunng the contract term which g~ve rtse to claims made after expiration of the contract shall be covered · Should any of the required insurance be prowded undera form of coverage that includes a general annual aggregate hm~t provtdmg for claims tnvest~gatlon or legal defense costs to be tncluded m the general annual aggregate hm~t, the contractor shall e~ther double the occurrence hm~ts or obtain Owners and Contractors Protective L~ab~l~ty Insurance · Should any required insurance lapse durtng the contract term, requests for payments ortgtnat~ng after such lapse shall not be processed until the C~ty recetves satisfactory evtdence of reinstated coverage as required by th~s contract, effective as of the lapse date If tnsurance ts not reinstated, C~ty may, at tts sole option, terminate th~s agreement effecttve on the date of the lapse A,AA. OO3§O REVISED 10/12/94 CI - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS. All ~nsurance pohcles proposed or obtained m satisfaction of th~s Contract shall additionally comply w~th the following marked spec~hcat~ons, and shall be maintained m comphance w~th these additional spec~hcat~ons throughout the duration of the Contract, or longer, ~f so noted [X] A General Llablhty Insurance General Lmb~hty insurance w~th combined single hm~ts of not less than 1.000.000 shall be prowded and maintained by the contractor The policy shall be wntten on an occurrence bas~s e~ther m a single pohcy or ~n a combination of underlying and umbrella or excess pohc~es If the Commercial General L~ab~hty form (ISO Form CG 0001 current edition) ~s used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hab~hty covering th~s contract and broad form property damage coverage · Coverage B shall include personal injury · Coverage C, medical payments, ~s not required If the Comprehensive General L~ab~hty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, ~t shall include at least · Bodily injury and Property Damage L~ab~hty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual hab~hty (preferably by endorsement) covenng th~s contract, personal injury hab~hty and broad form property damage hab~hty AAA003§O CI REVISED 10112/94 - O Insurance Requirements Page 4 IX] Automobile Llab,l,ty Insurance Contractor shall prowde Commercial Automobile L~ab~hty insurance w~th Combined Single L~m~ts (CSL) of not less than 500,000 e~ther ~n a single pohcy or m a combination of basic and umbrella or excess pohc~es The pohcy w~ll include bodily injury and property damage hab~hty 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 m the form of a pohcy endorsement for · any auto, or · all owned, h~red and non-owned autos [X] Workers Compensat,on Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, m addition to meeting the m~n~mum statutory requirements for ~ssuance of such insurance, has Employer's L~ab~hty hmKs of at least t~ 100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy hm~t for occupational d~sease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all r~ghts of subrogation against the C~ty, ~ts officials, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 m accordance w~th §406 096 oftheTexas Labor Code and rule 28TAC 110 110 oftheTexas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Llablhty Insurance The Contractor shall obtain, pay for and maintain at all t~mes during the prosecution of the work under th~s contract, an Owner's and Contractor's Protective Lmb~hty insurance pohcy naming the C~ty as ~nsured for property damage and bodily injury which may ar~se in the prosecution of the work or contractor's operations under th~s contract Coverage shall be on an ~Aoo35o CI - 4 F~'V,SED ~on2/94 Insurance Requirements Page 5 "occurrence" bas~s, and the pohcy shall be ~ssued by the same insurance company that carries the contractor's hab~hty insurance Pohcy hm~ts w~ll be at least combined bodily injury and property damage per occurrence w~th a aggregate [ ] Fire Damage Legal Llab,hty Insurance Coverage is required ~f Broad form General L~ab~hty ~s not provided or ts unavadable to the contractor or ~f a contractor leases or rents a portion of a C~ty building L~m~ts of not less than each occurrence are required [ ] Professional L,ab,l,ty Insurance Professional hab~hty ~nsurance w~th hm~ts not less than per claim w~th respect to neghgent acts, errors or omissions tn connection w~th professional serwces ~s required under th~s Agreement [ ] Budders' Risk Insurance Builders' R~sk Insurance, on an AII-R~sk form for 100% of the completed value shall be prowded Such pohcy shall ~nclude as "Named Insured" the C~ty of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an md~wdual bas~s for extra hazardous contracts and spec~hc serwce agreements If such additional insurance ~s required for a specific contract, that requirement w~ll be descnbed m the "Specific Conditions" of the contract specifications AA.~00350 5 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Bu,ld~ng or Construction Projects for Governmental Entities A Defimt~ons Certificate of coverage ("cert~flcate")-A copy of a certificate of insurance, a cert~hcate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or ent~ty's employees prowdmg serwces on a proJect, for the duration of the project Duration of the project- includes the t~me 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 prowdmg serwces on the project ("subcontractor" m §406 096) - includes all persons or ent~t~es performing all or part of the serwces 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 includes, w~thout hm~tat~on, independent contractors, subcontractors, leasing companies, motor careers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to prowde serwces on the project "Services" include, w~thout hm~tat~on, prowdmg, hauhng, or dehver~ng equipment or materials, or providing labor, transportation, or other serwce related to a proJect "Serwces" does not ~nclude act~wt~es unrelated to the proJect, such as food/beverage vendors, ofhce supply dehverms, and delivery of portable to~lets B The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and hhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor prowd~ngservlces on the proJect, for the duration of the project AAA00350 REVISED 10/12194 Gl - 6 Insurance Requirements Page 7 C, The Contractor must prowde a certificate of coverage to the governmental entity pnor to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new ceruflcate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtmn from each person prowd~ng serwces on a project, and prowde to the governmental entity (1) a certificate of coverage, pnor to that person beglnmng work on the project, so the governmental entity w~ll have on fde certificates of coverage showing coverage for all persons prowdmg services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall not~fy the governmental entity ~n writing by certified mad or personal dehvery, w~thm 10 days after the contractor knew or should have known, of any change that mater~ally affects the provision of coverage of any person prowd~ng serwces on the project H The contractor shall post on each project s~te a not~ce, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, ~nformmg all persons prowdmg services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage A~oo35o Cl - 7 ~'V~SED ~0/~ 2/~4 Insurance Requirements Page 8 The contractor shall contractually require each person w~th whom ~t contracts to prowde serwces on a project, to (1) prowde coverage, based on proper reporting of classification codes and payroll amounts and hhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all of ~ts employees providing serwces 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 prowded for all employees of the person prowdmg serwces on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage per~od shown on the current cert~hcate of coverage ends during the duration of the project, (4) obtain from each other person w~th whom ~t contracts, and prowde to the contractor (a) a cerbflcate of coverage, prior to the other person beginn~ng work on the project, and a new certificate of coverage showing extension of coverage, prior to the end of the coverage per~od, ~f the coverage per~od shown on the current cert~hcate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on hie for the duration of the project and for one year thereafter, (6) not~fy the governmental entity ~n writing by cert~hed ma~l or personal dehvery, w~thm 10 days after the person knew or should have known, of any change that mater~ally affects the prows~on of coverage of any person providing serwces on the project, and AJ~O0350 CI REVISED 10/12/94 - 0 Insurance Requirements Page 9 (7) contractually require each person w~th whom ~t contracts, to perform as required by paragraphs (1) - (7), w~th the cerbflcates of coverage to be prowded to the person for whom they are providing services J By s~gmng th~s contract or prowdlng or causing to be provided a certificate of coverage, the contractor ~s representing to the governmental entity that all employees of the contractor who w~ll prowde serwces on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage w~ll be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements w~ll be filed with the appropriate insurance carrier or, in the case of a self-insured, w~th the commission's D~VlSiOn of Self-Insurance Regulation Providing false or misleading mformat~on may subject the contractor to admlmstrat~ve penalties, criminal penalties, civil penalties, or other C~Vll actions K. The contractor's failure to comply w~th ,any of these prows~ons ~s a breach of contract by the contractor which e~tltles the governmental entity to declare the contract void ~f the contractor does not remedy the breach w~thln ten days after receipt of not~ce of b~reach from the governmental entity AAA00350 REVISED 10112/94 C! - 9 U S DEPARTMENT Of HOUSING AD URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (Approllrlatl I{Iciltient) DATE COMmUNiTY ~EVE~OP~£NT ~o BARBA~ ROSS PROJECT NUMBER (ff ~[~y) B 94-MCA8 0036 PROJECT NAME CI~ COUN~ P~Y/D~IN The undersigned, hawng executed a contract with THE CITY OF DENTON for the construction of the above ,dent~fied project, acknowledges that (a) The Labor Standards prowslons are included In the aforesaid contract (b) Correct~on of any refractions of the aforesaid condlttons including mfracttons by any of hisser subcontractors and any lower tier contra~ors is h~s/her responslb~h~ 2 He/She certifies that (a) Neither he/she nor any firm, pa~nershlp or association m whmh he/she has substantial mterest is designated as an ~nehg~ble contractor by the Comptroller General of the Un,ted States pursuant to Secbon 5 6 (b) of the Regulations of the Secreta~ of Labor, ParL 5 (29 g?R ParL 5) or pursuant to Section 3(a) of the Daws Bacon Act, as amended (40 U (b) No pa~ of the aforementmned contract has been or w~ll be subcontracted to any subcontractor ~f such sub-contractor or any firm corporation pa~nershlp or association m whtch such subcontra~or has a substantial tnterest is designated as an inehgtble contractor pursuant to any of the aforementioned regulato~ or statuto~ prowslons 3 He/She agrees to obtain and fo~ard to the aforementioned rectplent within ten days after the execution of any subcontract, mcludlng those executed by hts subcontractors and any lower tier subcontracts, a Subcontractor's Ce~ficatlon Concerning Labor Standards and Prevadmg Wage Requirements executed by the subcontractors 4 He/SheceH~flesthat (a) The legal name and the business address of the understgned are ~ ~ ~ ~o~/~ T~ ~~ ~ FED ID OR SS ~ .~- ~ (b) The undersigned ~s (Check One) ~ (1) A SINGLE pROPRIETORSHIP [ ~ (3) A CORPO~TION ORGANIZED IN THE STATE OF ~ (2) A PARTNERSHIP ~ ~ (4) OTHER ORGANI~TION8 (~)es( nb~ ) (C) The name t~tle and address of the owner, pa~ners or o~cers of the undersigned are TITLE ADDRESS (d) Lint the names and addresses of all other persons having a substantial interest in the undersigned and Ihe nature of the interest NAME ADDRESS NATURE OF (e) L~st the names, address and trade classifications of all other building construction contractors ~n which the undersigned has a substanbal ~nterest NAME ADDRESS TRADE CLASSIFICATION (Contractor) Date ¢-2 U S DEPARTMENT OF HOUSING AD URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO(^ppropr~,lh I~lllpl~nL) (11¥ ()~ Df~I0i'I DATE c,/o BARBARA ROSS COMMUNITY DEVELOPMENT OFFICE PROJECT NUMBER (~[ ,~rky) B-94 MC-48 0036 PROJECT NAME CITY COUNTY pLAY/DRAINAGE I The undersigned hawng executed a contract w~th (('onLr~cLor or '~ubcor)Lr~cLor) for (NaL.re or Work) m the amount of $ m the construchon of the above-~dent~fied project, certifies that (a) The Labor Standards Provis~ons of The Contract For Construction are included m the aforesaid contract (b) Neither he/she nor any firm, corporation, partnership or assoclahon m whmh he/she has a substantial interest ~s designated as an mehg~ble contractor by the Comptroller General of the Umted States pursuant to Sechon 5 6(b) of the Regulahons of the Secretary of Labor, Part 5 (29 CFR Part 5), or pursuant to Section 3(a) of the Daws-Bacon Act as amended (10 U S (' 276a 2(a)) (c) No part of the aforemenhoned contract has been or wdl be subcontracted to any subcontractor ~f such subcontract or any firm corporation partnership or association m whmh such subcontractor has a substantial interest ~s designated as an mehg~ble contractor pursuant to the aforesaid regulatory of statutory prows~ons 2 He/She agrees to obtain and forward to the contractor, for transmittal to the recipient w~thln ten days after the execubon of any lower subcontract, a Subcontractor's Certification Concermng Labor Standards and prevadmg Wage Requirements executed by the lower her subcontractor, m duphcate (a) The workmen w~ll report for duty on or about (DaLe) He/She certifies that (a) The legal name and the business address of the undersigned are FED ID OR SS # RACE (b) The undersigned ~s (Check One) [] (1) A SINGLE PROPRIETORSHIP I ~ (3) A CORPORATION ORGANIZED IN THE STATE OF [] (2) A PARTNERSHIP (4) OTHER ORGANIZATIONS (Descrlb(.) (c) The name, btle and address of the owner partners or officers of the undersigned are NAME TITLE ADDRESS C-3 (d) L~st the names and addresses of all other persons hawng a substanbal interest m the undersigned and the nature of the ~nterest NAME ADDRESS NATURE OF IN (e) L~st the names, address and trade classifications of all other bmtdmg construction contractors ~n whtch the undersigned has a substanbal interest NAME ADDRESS TRADE CLASSIFICATION (Contractor) DATE By U S DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF CONTRACTOR/SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY ThtscerttficatlonlsreqmredpursuanttoExecutiveOrder 11246(30F R 1231-25) The~mplementmgmlasand regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an lmttal part of the bid or negotlattons of the contract whether ~t has parttc~pated m any prewous contract or subcontract subject to the equal opportunity employment clause and, ffso, whether ~t has filed all compliance reports due under applicable mstmcttons Where the cerhfioatlon indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report wtthtn seven calendar days at, er btd opemng No contract shall be awarded unless such report is submitted CERTIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER (include ZIP code) 1 B~dder has participated in a previous contract or subcontract subject to the Equal Opp°rtumty Clanse ~"Yes [] No 2 Comphance reports were required to be filed in connectton w~th such contract or subcontract El No 3 B~dder has filed all comphance reports due under apphcable mstmcttons, including SF- 100 [] No 4 Have you ever been or are you bemg considered for sanctlon due to vtolatt°n °fExecuttve Order l1246, asamended9 [] Yes NAME AND TITLE OF SIGNER (Please type) SIGNATURE DATE ~'~'~:~/'~ HUD 9501 (11 78) Replaces form HUD 423'8 CD I which Is obsolete A COPY OF THIS FORM MUST BE SIGNED BY EACH PROPOSED CONTRACTOR AND SUBCONTRACTOR CERTIFICATION OF PROPOSED CONTRACTOR/SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES 7-'-.,~s/:2'~wdt~.o~,q/~,~r~-/?'~/q~ff~r, ff~?~c CITY COUNTY PLAYGROUND DRAINAGE Name of Prime Contractor or B-94-MC-48-0036 Subcontractor ProJect Name and Number The undersigned hereby certifies that A) Section 3 provisions are included in the Contract B) As contractor/subcontractor I agree to recruit new employees from the project neighborhood New hires will be tracked and information submitted to the City of Denton for verification NOTE SECTION 3 COMPLIANCE INFORMATION MUST BE SUBMITTED TO THE COMMUNITY DEVELOPMENT OFFICE, 100 WEST OAK STREET, SUITE 208 A BREAKDOWN OF SUBCONTRACTORS AND EXISTING WORK FORCE MUST BE INCLUDED (SEE PRECEDING FORMS) C) No segregated facfllttes will be maintained lot,/~ ,,~/r,.~¢ ~',~.,,./:~7-/z~¢7-/~,d NAME AND TITLE OF SIGNER (PRINT OR TYPE) SIGNATU~ DATE C-6 PROPOSED SUBCONTRACTS BREAKDOWN For the period covering ,, 1994 through ,1994 (Durallon of project) Type of Contract Total Number of Total Approximate Est # of Contracts Estimated Dollar Bus~ness or Prof Contracts Dollar Amount to Project Area Amount to Project Businesses* Area Businesses* *The Project Area ~s coextensive w~th the C~ty of Denton's boundanes Company Project Name Project Number EEO Officer (signature) Date ESTIMATED PROJECT WORKFORCE BREAKDOWN JOB CATEGORY TOTAL ESTIMATED # POSITIONS # POSITIONS NOT # POSITIONS TO BE POSITIONS )CCUPIED BY CURRENTLY FILLED WITH PERMANENT OCCUPIED L I P A R EMPLOYEES OFFICERS/SUPERVlS PROFESSIONALS TECHNICIANS HOUSING SALES/RENTAL MGMT OFFICE CLERICAL SERVICES WORKERS OTHERS TRADE OURNEYMEN APPRENTICES MAX # OF TRAINEES OTHERS TRADE JOURNEYMEN APPRENTICES MAX # OF TRAINEES OTHERS TRADE JOURNEYMEN APPRENTICES MAX # OF TRAINEES OTHERS *Lower Income Project Area residents Ind~vsduals res~dtng w~th~n the C~ty of E exceed 80% of the median income in the metropolitan statistical area COMPANY C-8 General Decasaon Number TX950035/~ ~ ' Superseded General Decasaon No TX940035 State: TEXAS Constructaon Type: HEAVY county(aes): COLLIN DENTON KAUFMAN DALLAS ELLIS ROCKWALL Water and Sewer Lanes/Utalataes (Including Related TunnelIng Where the Tunnel as 48" or Less an Daameter) Modification Number Publication Date 0 02/10/1995 TX950035 1 02/10/1995 cOUNTY(les) ~ COLLIN DENTON KAUFMAN DALLAS ELLIS ROCKWALL PLUM0100B 05/01/1994 Rates Frlnges PLUMBERS AND PIPEFITTERS 17 50 2 86 SUTX2035A 09/23/1991 Rates Fringes LABORERS' 6 533 Common 7 467 utlllty 7 828 PIPELAYERS POWER EQUIPMENT OPERATORS: Backhoe 10 804 Crane 10 942 Front End Loader 9 163 Tunneling Machine (48" or less) 9 163 TRUCK DRIVERS 8 528 _ __ WELDERS - Receive rate prescribed for craft performing operation to whlch welding is incidental Requests for addItional classifications and wage rates may be submitted to the contractlng officer after award, and may be approved only lf: (1) the work to be performed by the classi- fication requested ls not performed by a classification in the wage determination; (2) the classlflcatlon is utilized in the area by the construction ~ndustry, and (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determina- tion (for the given area and type of construction). (See 29 CFR 5 5(a) (v)) ................. In the listing above, the "SU" designation means that rates llsted under that identifier do not reflect collectively bargained wage and fringe benefit rates other designations indicate unlons whose rates have been determined to be prevailing. END OF GENERAL DECISION TX950035 - 2 02/10/1995 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY I UNIT UNIT PRICE TOTAL 1 Demohhon & Removal 1/ LS $ Unit Price in Words 2 12" P~pe 94 LF Unit Price in Words 3 10" P~pe 229 7 LF Unl[ ~r~ce m Words 4 / 8" P~pe 269 4 LF Umf Price in Words 5 6" P~pe 129 LF Umf Price in Words 6 2' Sq Catch Basra 5 Ea Und Price n Words _ 7 18" Ora}e In[et 6 Ea Umt Price m~ords 8 Pipe Headwatl 1 Ea Umt Price m Words 9 Downspouf Boor 8 Ea Umf Price ~n Words 1 0 4" Cleanout 2 Ea Umf Price in Words BIDTABULATION SH£1:'T 11 Fdhngs & Specials 1 LS 12 J GradeSwaJe 20 ICY Unit Price ~n Words 1~ I Gravel · Grass 1 LS P ice or s Lump Sum Price for base bid: M~ Ad~ B,d~ C~ ~ ~p ~t~ / BT-2 Demoht~on, Grading and Drmnage Work for Denton City-County Day Nursery ADDENDUM No. 1 Thru addendum m ~ssued prior to project bid to supersede certmn instructions on the plan sheet and to solicit a quote for additIonal work Item No 1' Revised Instructions for Playground Eqmpment (All equipment ~eferences are to the PLAYGROUND EQUIPMENT SCHEDULE on the plan sheet ) All revised work ldentffied by this ttem shall be reflected m the base bid A Relocate "1 Concrete Turtle" from ex~sting location to the front yard at a locatton to be specified by the Day Nursery staff The purpose ~s to provtde a v~sual amenity for the chtldren Thru task will be effective only if the turtle ~s moved without damage (The original instruction was to remove the turtle ) B Relocate "7 Sand box" from ex,sOng location to a location on the property specffied by the Day Nursery staff Relocate the frame and as much sand as can reasonably be moved (The original instruction was to remove the sand box ) C Remove "10 T~mber Gym" Th~s revmed task includes complete demohtton and removal from the property (The original mstmctlon was to leave m place ) Item No 2 Alternate Bid Item No 1 Provide a lump sum bid (including all mobtl~zation, materials, labor, overhead & profit, cleanup, and miscellaneous expenses) to complete a concrete pad to fill m the center of playground p~ece "9 Concrete Play Ring "The center ~s currently filled with sand A Remove sand and soil to 4" depth wtth~n the entire concrete nng If needed, save the sand for placement tn the relocated sand box (playground pIece 7) continued - A-1 Denton City-County Day Nursery Addendum No. 1 (page 2) B Prepare uniform graded soil surface within the ring Excavate 6" deep by 6" wide Wench around the umer edge of the ex~stmg concrete ring Fmmhed concrete thickness shall be 4" minimum, except at the 6" thick perimeter nng C Place #3 at 18" on center each way remforcmg steel bars on plastic chatrs w~thm the enture ring D Cast Portland cement concrete (3,000 ps~ at 28 days) with 5 % mr entraining agent at 5" maxmaum slump Screed and float the surface Provide smooth fimsh. Match exmting concrete around entree edge No saw cuts or joints are requmed Lump Sum Pnee bid for thru Alternate ~o ~o c~s ($.~°°,~° 3 Wn~n pn~ N~encal pn~. End of Addendum No 1 BURKE ENGINEERING 1318 Aubum Drive Denton, Texas 76201 (817) 382-4948 A-2 A COPY OF THIS FORM MUST BE SIGNED BY EACH PROPOSED CONTRACTOR AND SUBCONTRACTOR CERTIFICATION OF PROPOSED CONTRACTOR/SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES ~xCs ,E-~q~z~o {x~o-i-0a. dfi~a6~O'~oc CITY COUNTY PLAYGROUND DRAINAGE Name of Prime Contractor or B-94-MC-48-0036 Subcontractor ProJect Name and Number The undersigned hereby certifies that A) Section 3 provts~ons are tncluded In the Contract B) As contractor/subcontractor I agree to recruit new employees from the project neighborhood New lures will be tracked and reformation submitted to the City of Denton for verification NOTE SECTION 3 COMPLIANCE INFORMATION MUST BE SUBMITTED TO THE COMMUNITY DEVELOPMENT OFFICE, 100 WEST OAK STREET, SUITE 208. A BREAKDOWN OF SUBCONTRACTORS AND EXISTING WORK FORCE MUST BE INCLUDED (SEE PRECEDING FORMS) C) No segregated famht~es will be mmntamed NAME AND TITLE OF SIGNER (PRINT OR TYPE) SIGNATURE / DATE C-6 U S DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF CONTRACTOR/SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY Thts uarttficat~on 18 reqmrcd pursuant to Exeeuttve Order 11246 (30 F R 1231-25) The tmplementing rules and regulattons provide that any btddar or prospective contractor, or any of thetr proposed subcontractors, shall state as an lntttal part of the btd or negotmttoas of thc contract whether tt has parttctpated tn any prevtous contract or subcontract subject to the equal opportumty employment clause and, if 8o, whether ~t has filed all comphanc¢ reports duc undar apphcabl¢ instructions Where the certification indicates that the bidder has not filed a comphanc¢ report due under apphcable instructions, such btdder shall be reqmred to 8ubmtt a ¢omphance report wtthm seven calendar days after btd opemng No contract shall be awarded unlass such report is submitted CERTIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER (include ZIP code) I Bidder has parttctpated tn a prevtous contract or subcontract subject to the Equal Opportunity Clause ii.Yes [] No 2 Comphance reports were required to be filed m connectton wtth such contract or subcontract ~es rn No 0 3 Bidder has filed all comphance reports due under apphcable tnstructlons, including SF-1 0 [] No 4 Have you ever been or are you being cons~dared for sanction due to vtolation of Executive Order 11246, as amended9 [] Yes ~ NAME AND TITLE OF SIGNER (Please type) SIGNATURE DATE Replaces form HUD 4238 {~'D-1 which Is obsolete HUD 950 1 (11 78)