Loading...
1994-157 e:\wpdocs\ord\157475.o AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefore; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1653 ALL NORTH PACIFIC LUMBER $32,530.00 1655 ALL S.D. MYERS $36,906.95 1658 ALL BCI MECHANICAL $24,825.00 1660 1,3-8, L~KE CITIES EXHIBIT A 1660 11,12 LAKE CITIES EXHIBIT A 1660 2 REDI MIX EXHIBIT A 1660 9,13-18 B & B SAND EXHIBIT A 1660 10 GIFFORD HILL EXHIBIT A 1660 19,20 CHEMICAL LIME EXHIBIT A 1663 ALL TRUMAN ARNOLD COMPANIES $25,587.20 SECTION II. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION III. That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted. SECTION IV. That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein. SECTION V. That this ordinance shall become effective immediately upon its passage and ~p~roval. PASSED AND APPROVED this ~ day of 3~]~~, 1994. BOB CASTLEBERRY, MA~ ~ ATTE S T: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY EXHIBIT A ITEM # DESCRIPTION VENDOR PRICE 1. Portland Cement Lake Cities Concrete 4.35 sk 2. Bulk Cement To Plant Redi Mix 65.00 tn 3. Bulk Cement Jobsite Lake Cities 78.00 tn 4. Redi Mix Concrete 5sk Lake Cities 50.00 cy 5. Redi Mix Concrete 1.Ssk Lake Cities 37.75 cy 6. Redi Mix Concrete lsk Lake Cities 36.00 cy 7. Redi Mix Concrete 3000 psi-4.5 Lake Cities 48.25 cy 8. Redi Mix Concrete 3000 psi/ash Lake Cities 48.25 cy 9. Field/Backfill Sand B & B Sand 3.50 cy 10. Pit Sand Gifford-Hill 9.40 tn 11. Manufactured Sand Lake Cities 8.08 tn 12. Concrete Aggregate3/4" Lake Cities 9.83 tn 13. Concrete Aggregate 3/8"down B & B Sand 10.03 tn 14. Flexbase B & B Sand 8.53 tn 15. Crushed Stone B & B Sand 8.58 tn 16. Screened Sand B & B Sand. 4.00 tn 17. Limestone 1 1/2" B & B Sand 10.03 tn 18. Limestone Rip-Rap B & B Sand 10.03 tn 19. Hydrated Lime Chemical Lime .37 cwt 20. Slurry Lime Chemical Lime .425 cwt BID # 1663 BID NAME GASOLINE & DIESEL TAC OPEN DATE AUGUST 23, 1994 EXHIBIT B 1. EST ANNUAL AGREEMENT FOR 200,000 GA PURCHASE OF UNLEADED GASOLINE DFW O.P.I.S. AVERAGE NET PRICE WITH SUPERFUND INCLUDED $ .6569 (+MARKUP)(-MARKDOWN) +.00?9 SELLING PRICE PER GALLON .6648 2. EST ANNUAL AGREEMENT FOR 150,000 GA PURCHASE OF #2 DIESEL DFW O.P.O.S. AVERAGE NET PRICE WITH SUPERFUND INCLUDED $ .5296 (+MARKUP)(-MARKDOWN) +.0109 SELLING PRICE PER GALLON .5405 ~c.0625 FOR BOBTAIL LOADS<?K GALLONS DATE: SEPTEMBER 13, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1658 - ROOF TOP HVAC REPLACEMENT FOR SENIOR CENTER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, BCI Mechanical in the amount of $24,825.00. SUMMARY: This bid is for the replacement of three (3) heating ventilation and air conditioning units at the Service Center. These three units are heat pump type, over ten years old and have exceeded their economical life expectancy. The new units will be natural gas units and more economical to operate in this particular application. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Park and Recreation Department, Facilities Management Division Senior Center Operations and participants. FISCAL IMPACT: Funds for this HVAC Replacement project will come from Certificate of Obligation funds sold for capital improvements to buildings and maintenance of faeilities. Account Number #445-032-BLDG-9226-9101 withabalanee of $35,000.00. ~K'~sp e ct fully ,st~bmit t e d .~, City Manage~ Ap]~oved: Name: Tom'D. Shaw, C.P.M. Title: Purchasing Agent 519.A~ENDA DATE: September 13, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1655 - DISPOSAL OF PCB EQUIPMENT & DEBRIS RECOMMENDATION: We recommend this bid be awarded to the low over all bidder, S. D. Myers, at an estimated cost of $36,906.95. SUMMARY: This bid is for the disposal of PCB contaminated transformers, capacitors, switches, and other debris which have been taken out of service by the Electric Distribution Division. This vendor has all required certification and has completed previous PCB contaminated disposal contracts for the City. Five bid proposals were received in response to eight bid packages mailed to vendors. BACKGROUND: Tabulation sheet, Memorandum from Joe Cherri dated 08-17-94. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division, Utility Customers of the City of Denton FISCAL IMPACT: Budgeted funds for Electric Distribution Maintenance for 1994 Account Number #610-103-1031-5950-8334 with a balance of $825,768.35. ~~L~oSyp ~et/ull~ ~tbmit'~e~ d V. Harrell/ City Manager Prepared By: Title: Senior Buyer Approved: ~ Na~.' Tom I~. Shaw, C.P.M. Title: Purchasing Agent 517 .Ai~ENDA ClTYof DENTON MUNICIPAL UTILITIES / 901-ATexasStreet Denton, TX76201 MEMORANDUM TO: Denise Harpool, Senior Buyer -3cFROM: Joe Cherri, Electric Engineering Administrator DATE: August 17, 1994 SUBJECT: BID NUMBER 1655, PCB DISPOSAL The Utilities Staff recommends acceptance of Bid No. 1655 for the disposal of PCB equipment, oil, and debris to S.D. Myers at an estimated cost of $36,906.95. Attached are copies of the PUB Agenda item and bid evaluation. cc: Jim Harder, Director of Electric Utilities Ralph Klinke, Superintendent of Distribution 08174019 ITEM #6 DATE: August 15, 1994 PUBLIC UTILITIES BOARD AGENDA TO: CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM: R.E. Nelson, Executive Director of Utilities SUBJECT~ CONSIDER APPROVAL OF S.D. MYERS FOR DISPOSAL OF PCB ~QUIPMEM~; OIL, AND DEBRIS, BID NO. 1655 RECOMMENDATION The Utilities staff recommends the approval of S.D. Myers proposal for BidNo, 1655 at an estimated cost of $36,906.95 SUMF~RY/BACKGROUND On August 9, 1994, the City received five (5) 'bids for the disposal of PCB contaminated material. Bids were submitted on a price per pound basis using the estimated weights provided by the City for transformers, capacitors, barrels, and debris. From the evaluations, it was found that S.D. Myers provided the low bid using the estimated weights. Refer to Exhibit I ~r a breakdo~ of all bids received. Under column,~oil less nan. 500 ppm, the vendors Rixe.w~. Iron & Metal Co. and Westinghouse used cost per drum while other vendors used cost per pound. Westinghouse vendor added transportation cost of $5,160.00 which included five trips for 344 miles at $3.00 per mile. S.D. Myers is an EPA certified disposer and previously was awarded contract for disposal of PCB contaminated transformer-debris in ~FY92. Transformers and capacitors disposal will be completed by destruction. Debris will be sent to a landfill in New York by Chemical-Waste Management. Oil disposal will be completed by chemical detoxification. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED The City of Denton Rate Payers, Electric Utilities DeDartment. Page ~ 2 FISCAL IMPACT The cost of this contract is approximately $36,906.95. Funds are available in the capital budget for the fiscal year 1994 1995. ' Respectfully submitted, R. E. Nelson Executive Director of Utilities Prepared by: Joe Cherri, P.E. Electric Engineering Administration Approved by: Jim Harder, Director of Electric Utilities Exhibit I Bid Evaluation DATE: SEPTEMBER 13, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1653 - WOOD UTILITY POLES RECOMMENDATION: We recommend this bid be awarded to the Iow bidder, North Pacific Lumber, in the amount of $32,530.00. SUMMARY: This bid is for the purchase of copper naphtenate treated wood utility poles for warehouse inventory. The Electric Distribution Department will use these poles throughout the City of Denton's system for overhead construction, maintenance and repair. There are only two vendors treating poles with cooper naphtenate in the United States, the City of Denton received a bid from each of them. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse, Electric Distribution, Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted Warehouse Working Capital for 94 Account # 710-043- 0582-8708 with a balance of $74,970.00. ~ld~/. ~~pectfully mitre : City Manager Prepared By: Name: Denise Harpool \ Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent DATE: SEPTEMBER 13, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1660 - CEMENT, LIME & AGGREGATE RECOMMENDATION: We recommend this bid be awarded to the low bidder for each item as listed: 1. Portland Cement Lake Cities Concrete 4.35 sk 2. Bulk Cement To Plant Redi Mix 65.00 tn 3. Bulk Cement Jobsite Lake Cities 78.00 tn 4. Redi Mix Concrete 5sk Lake Cities 50.00 cy 5. Redi Mix Concrete 1.Ssk Lake Cities 37.75 cy 6. Redi Mix Concrete lsk Lake Cities 36.00 cy 7. Redi Mix Concrete 3000 psi-4.§ Lake Cities 48.25 cy 8. Redi Mix Concrete 3000 psi/ash Lake Cities 48.25 cy 9. Field/Baekfill Sand B & B Sand 3.50 cy 10. Pit Sand Gilford-Hill 9.40 tn 11. Manufactured Sand Lake Cities 8.08 tn 12. Concrete Aggregate 3/4" Lake Cities 9.83 tn 13. Concrete Aggregate 3/8"down B & B Sand 10.03 tn 14. Flexbase B & B Sand 8.53 tn 15. Crushed Stone B & B Sand 8.58 tn 16. Screened Sand B & B Sand 4.00 tn 17. Limestone 1 1/2" B & B Sand 10.03 tn 18. Limestone Rip-Rap B & B Sand 10.03 tn 19. Hydrated Lime Chemical Lime .37 cwt 20. Slurry Lime Chemical Lime .425 cwt The estimated annual expenditure for these materials is $446,026.00. SUMMARY: This bid is for an annual contract for cement, premixed concrete aggregate and lime which will he used by several City of Denton Departments in their field services. Each item will be ordered as needed in appropriate quantities. The lower bids on item 11,13,14, 15 and 17 were not acceptable due to the fact that the vendor bid "all or none". When adding the totals of ali next low bid and Gary Stevens "all or none" the combined bidders are $5,064.00 lower. Eight (8) bids were received in response to twenty-one (21) bid packages mailed to vendors. BACKGROUND: Tabulation Sheet CITY coUNCIL REPORT SEPTEMBER 13, 1994 PAGE 2 OF 2 PROGRAMS, DEPARTMENTSORGROUPSAFFECTED: Cityof Departments, Citizens and Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted funds for 1994 for various Departments. Restfully submitted: C~ty Manager / Prepared By: Title: Senior Buyer Approved: Name: -Tom D .' Shaw,C .P.M. Title: Purchasing Agent ....... A8 NBI~DED ALL OR NONB 1DAY 3 DAY8 2 DAyS ALL ACtORBOATB DATE: SEPTEMBER 13, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1663 - GASOLINE & DIESEL RECOMMENDATION: We recommend this bid be awarded to the low bidder, Truman Arnold Companies, for an estimated annual expenditure of $214,035.00. S~RY: This bid is for the annual contract to purchase gasoline and diesel distributed from the City of Denton fuel island to all City Departments. This contract is awarded for one year with a renewal clause if all conditions remain the same. Prices are indexed and based on the daily on-line net average Oil Price Information Service Dallas/Fort Worth market for the day of delivery plus the company's mark-up. Six bids were received in response to thirteen bid packages mailed to vendors. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: All City Vehicles and Motorized Equipment. FISCAL IMPACT: Budgeted Funds for Fleet Working Capital for 94-95 Account Number 710-043-0580-8705. 6~Lloyd V. Harrell City Manager Prepared By: Title: Senior Buyer I Approved: Name: To,Il D. Shaw, C.P.M. Title: Purchasing Agent STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT THIS AGREEMENT, SEPTEMBER CITY OF DENTON made and entered into this 13 A.D., 19 94 , .by and between day of of the County of DriP, TON through LLOYD V. and State of'Texas, acting thereunto duly authorized so to do, hereinafter termed "OWNER," and BCIMEC~ANIC2~L, INC. 400EAST OAK STREET DENTON, TEXAS 76201 of the City of DENTON , County of n~ and State of , 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 # 1658 - ~OOF TOP H~AC REPLACE~T FOR SENIOR CENTER in the amount of $24,825.00 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, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans,rand/O which includes all maps, plats, NOTE: Ail reference to requirements for payment bonds, T P~erformance bonds and m%intenance bond~ are'hereby deleted ~om this contract per Tom Shaw, City of Denton P~rchasing. his deletion is ~i~d on ~he fact that contract is under ~/$25,000.O0. CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications the~refore, as prepared by ALAN F. NELSON ARCHITECT 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 herebyagree 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 da~ first above written. CITY OF ATTEST: BCI MECHANICAL INC. CONTRACTOR 400 E. Oak Street Denton, TX 76201 MAILING ADDRESS (817) 565-1010 PNONENUMBER (817) 898-1120 &~ranklin W. Cunnlngham PRINTED NAME Attorney//~.//~ AAAO184D .'" Rev. 07/28/94, (SEAL) CA - 3 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 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: 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. · Ali 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 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability Policies shall be endorsed to provide the following: Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AFFOO6BA REVISED 0810~21~3 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: ~,... [z] A. General Liability Insurance: General Liability insurance with combined single limits of not less than _ $2,ooo,ooo 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 shalt 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. AFF0~6HA REVISED 08102193 Insurance Requirements Page 4 Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability 4nsurance With Combined. Single Limits (CSL) of not less than ~1,ooo,ooo 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 Ii.ability 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. 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 9500,000 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. \ AFF006BA REVISED 08102193 Insurance RequiremenTs Page 5 [ ] 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, [ ] Professional Liability Insurance ProfesSional liability insurance with limits not less than with respect to negligent acts, errors or omissions in professional services is required under this Agreement. per claim connection with [ ] Builders' Risk Insurance Builders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. BID FOR LUMP SUM CONTRACT BID ITEM NO. 1658 Date: August 25, 1994 Proposalof BCI Mechanical, Inc. 400 E. Oak Stree%, Den%on, TX 76201 (hereinafter called "Bidder"), *a corporation, organized and existing under the laws of the State of Texas, ~:)~3X)~[~MI~X~ XFJ~KI~If/J{3(~ KCI~ ~[~[~ .. TO: CITY OF DENTON PURCHASING DEPARTMENT ATTN: TOM SHAW 901-B TEXAS ST. DENTON, TEXAS 76201 Gentlemen: The undersigned, in compliance with your invitation for bids for the ROOF TOP H.V.A.C. REPLACEMENT FOR THE DENTON SENIOR CENTER in Denton, Texas, having examined the drawings and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed work, hereby proposes to furnish all labor, material, equipments, and supplies and to construct the project in accordance with the Contract Documents, and at the price set forth below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents of which this proposal is a part. ADDENDA The Bidder further agrees, and acknowledges, the following Addenda have been received and that the entire contents thereof have been incorporated into this Proposal: No. __, dated No. , dated No. __, dated No. , dated BID ITEM NO. 1 Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sumof Twenty-four t;housand eight hundred t'~enty-five dollars and no/100 .... ($. 24,825.00 ~).** ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. 8-94 RROPOSAL FORM - 1 SENIOR-AC TIME FOR COMPLETION OR LIQUIDATED DAMAGES The undersigned agrees to complete all of the work required in the 6 (six) Bid Items ready for the owner's acceptance, within 100 calendar days after Notice To Proceed with the work is given by the Owner, fully realizing that the Contract will carry liquidated damage provisions. STATE SALES TAX It is understood that this project is exempt from the State Sales Tax and the proposal amounts quoted herein do no~t include State of Texas Sales Tax. The undersigned Bidder further agrees to the following conditions: I. An incomplete Proposal or one having additional information or other modifications inscribed thereon, may be cause for rejection of the entire Proposal. That, if accepted by the Owner, this Proposal becomes a part of the Contract Documents upon the signing of the Contract Agreement, and failing to comply with any part of this Proposal will be taken as failure for the Bidder to comply with the Contract Documents and will be just cause for rejection of the work. 3. That the Owner reserves the right to reject any or all bids and waive informalities and irregularities or to accept any bid considered advantageous to him. 4. That he, the Bidder, will not withdraw this Proposal for a period of sixty (60) days from the date hereof. Respectfully submitted, BCI Mechanical, Inc. Bidder 400 East Oak Street Denton, TX 76201 Title August 25, 1994 Date 8-94 PROPOSAL FORM - 2 SENIOR-AC TI418 CERTIRCAll; I~ ISSUED AS A MATTER OF INFORMATION ONLY AND ;. o. BOX 516305 DaXXas ~X 75251 ~elok, ~uoke~ &~night Xns. 214-233-9855 CONFERS NO RIGHT8 UPON THE CERTIRCATE HOLDER. THIS CB~I1FICATE DOE~ NOT AMEND. EXI~ND OR ALI~R 11.1E COVERAOE AIT-ORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE L~m A ~=ioan Casualt~ Co. COMPANY "~ ..................................................................... L~,,t~ B Contlnent&l C&sua~ BCx He~a=:Leal, Xne. u:,;w D Transcontinental Xns. C--~,a=~· 400 E~lt Oak St. Den~o~ ~ 76201 ~Tm E Al · :: comdmc~emmALuAmLrrY iA706624972 :::::::::::::::::::::::::: CraMS ~"~::i Jill:: oc~,~ :BU~906624971 09/01/94 09/01/94 09/01/95 UM[T8 : UMn t 500,000 EACH OCCUI~¢E * 1.,000,000 AGGP, EG~'TE * 1,000,000 UMmaLL~ mP, U 115066247973 09/01/94 09/01/95 OTHER THAH UMBRB. LA FORM womcm'l couPUmA'nm( 1~C0066'14970 09/01/94 09/01/95 ! Y : ~CHACC~[~T * 500,000 AND i ~s~ss- Poucv Lt~. · t 500,0O0 mPtoYawuamuT'Y :N'C006634970 . 09/01/94 09/01/95 :.-'[~,~,~'~;t~-!';'i~)b';'6~O ........ SEP 28 '94 10:5B OAZ FAX Nanager PAGE.002 CONTRACT FOR HAZARDOUS WASTE MANAGEMENT The City of Denton, Texas, a Texas municipal corporation, (the City) and S.D. ~.-SINC. , a (dontractor) enter into this contract to provide for waste management the transportation and disposal of hazardous waste and agree as follows: 1. Definitions: (a) Delivery Site means the City's pole yard located at 1701 Spencer Road in the City of Denton, Texas, being the site at which the city will deliver hazardous waste to Contractor for transportation and disposal. (b) Hazardous Waste Management Services'or Services means the pickup, transportation, and disposal of hazardous Waste to be provided by Contractor under this Contract. (c) Hazardous Waste or Waste means those substances designated by the City for which Contractor is to provide hazardous waste management services. 2. Services. Contractor shall provide hazardous waste man- agement services for the city according to the provisions of this Contract. 3. Scheduling. Contractor shall remove hazardous waste from the delivery site within thirty days of the date it receives writ- ten notice by the City that hazardous wastes are ready for removal at the delivery site. 4. Waste Characterization. The City shall inform Contractor of the chemical, physical, and hazardous characteristics of any waste to be removed from the delivery site prior to delivery to Contractor, except where Contractor characterizes the hazardous waste based upon analysis of samples provided by the City. Con- tractor may, prior to possession, reject waste that does not materially conform to the characterization or sample provided to Contractor by the City. If Contractor refuses to accept delivery of any waste from the city, it shall give the city written notice why the waste is non-conforming within ten (10) business days of the date it is rejected. Title and responsibility for nonconform- ing waste shall remain with the city until city and Contractor' agree upon appropriate management of the non-conforming waste by Contractor. Until such time, Contractor shall be responsible for negligent or intentional acts of its agents, officers or employees with respect to the non-conforming wastes. 5. ComDensation. The city shall compensate Contractor for services provided in the schedule of rates shown in Exhibit A, attached to and incorporated into this Contract by reference. The City shall pay or reimburse Contractor for all state and local sales, use or excise taxes of any kind assessed on the services provided under this Contact. The City shall provide Contractor a certificate of tax e~mption for use by Contractor. The City Shall pay for services as follows: (a) 90% of the total fee within thirty (30) days of receipt of the shipping manifests; (b) the remaining 10% of the total fee within thirty (30) days of receipt of the Cer- tificates of Destruction. If Contractor is delayed for more than two hours from receiv- ing the hazardous waste after arriving at the delivery site due to the City's action or inaction, Contractor shall be entitled to a standby charge of $1.00 per minute. Standby charges shall not be assessed for the first two hours nor for the time during which the city is ready and willing to make delivery of the hazardous waste to Contractor. 6. Term. This Contract shall become effective on the date hereof and shall continue in effect until SEPT]~BER30 , 1995--, unless terminated earlier in accordance with this Contract. 7. City Warranty. The City represents and warrants to Con- tractor that: a. any waste samples it provides to Contractor shall be representative of the particular waste streams sampled; b. any waste characterization it provides shall be true and correct; c. the City holds clear title to all waste hereunder or is authorized by the owner of arrange for management thereof; to be manage~iJ said waste to d. if waste is PCB-contaminated oil to be chemically detoxi- lied, the oil: 1) is mineral oil dielectric fluid (transformer oil); 2) contains no more than 5,000 ppm PCBs unless specifically noted otherwise; and 3) contains no constituents regulated as hazardous waste under the Resource Conservation and Recovery Act or asso- ciated EPA regulations; e. the City is not currently under legal restraint or order that would prohibit transfer of possession or title to waste Page 2 to .Contractor for transportation, storage, treatment or disposal; f. the city will comply with all governmental laws, regula- tions, and orders respecting the handling, storage, and packaging of thy. waste to be managed by Contractor; and g. the City shall provide appropriate access to the work site. In this context, "appropriate access" means sufficient proximity, manpower, and equipment to enable the safe loading of Contractor's truck in a timely fashion. The parties agree that Contractor's sole remedy for breach of this warranty shall be the standby charges provided for in this Contract. 8. Contractor's Warranty. Contractor represents and warrants to the City that: a. Contractor understands the risks presented to persons, property, and the environment in the handling, transportation, storage, treatment and disposal of wastes to be managed pursuant to this Contract; b. Contractor is qualified to perform the services hereunder and will do so in a safe and workmanlike manner and in compliance with all governmental laws, regulations, and orders; and c. Contractor ha? and yill maintai~ {or the life of this Contract all permits, licenses, certificates, and approvals necessary for the performance of services hereunder. d. That'Contractor will properly Package, label and mark ali applicable wastes under this contract in accordance with all applicable governmental laws, regulations and orders. 9. Indemnification. a. Contractor shall indemnify and save the city, its officers, employees, and agents, harmless from and against any expense, loss or liability caused by or resulting from the failure of Contractor to fully comply with applicable federal, state or local laws, statutes, regulations, or governmental directives which regulate the handling, transportation, storage, or disposal of the waste subject to this Contract and from any and all claims, suits and liability for loss of or damage to any tangible property or persons (including death) caused by Contractor during the handling, collection, transportation, storage, or disposal of the waste subject to this Contract. Contractor shall not indemnify'the City against any expense loss or liability caused by or resulting from the sole negligence of the City. Page 3 b. Contractor shall not be liable for loss of profits or revenue, claims of customers of City, loss of use of equip- ment, or cost of purchase or replacement power. 10. Transfer of Title and Responsibility. When Contractor has received waste from ~the City at the delivery site, the title, responsibility, and ~isk of loss for the waste shall pass from the City to Contractor, when Contractor has departed the property designated as the delivery site under this Contract, and Contractor shall defend, indemnify and hold the City harmless for any sub- sequent damage, expense, loss, fines, or other liability connected with the transportation or disposal of the hazardous waste. 11. Insurance. Before performing any services hereunder, Con- tractor shall obtain and maintain for the duration of this contract, at its own expense, insurance in the following minimum amounts: Coverage Limits a. Worker's Compensation Statutory b. Employer's Liability $1,000,000 per occurrence Ce Commercial General Liability (bodily injury and property damage) $1,000,000 combined single limit d. Excess Liability $4,000,000 per occurrence and aggregate Automobile Liability (bodily injury and property damage) $1,000,000 combined single limit Environmental Impairment Liability (including sudden & accidental and non-sudden & gradual) $3,000,00 per occurrence $6,000,000 aggregate General Liability and Automobile Liability insurance shall name City of Denton as an additional insured. Each policy or certifi- cate evidencing the insurance shall contain an endorsement which provides that the insurance company will notify Contractor and the City at. least 30 days prior to effective date of any cancellation or termination of the policy of certificate or any modification of the policy which adversely affects the interest of the City of Denton in the insurance. The notice shall be sent by registered mail and shall identify this Agreement, the policy and the insured. Contractor shall furnish the City with evidence that required in- surance coverage has been obtained prior to providing any service. Page 4 12. Force Majeure. Delay or failure of either party in the performance of its obligations hereunder shall be excused if caused by circumstances beyond the control of the party affected, in- cluding, without limitation, acts of God, strikes, fire, flood, windstorm, action or request of governmental authority, and in- ability to obtain material, equipment, or services, provided that a prompt notice of such delay or failure is given and the affected party diligently attempts to remove the cause. 13. Independent Contractor. Contractor is and shall perform this Contract as an independent contractor and shall have and main- tain exclusive control and direction over all of its employees, agents, and operations. Neither Contractor nor anyone employed by Contractor shall be, act, purport to act, or be deemed to be the City's agent, representative, employee, or servant. Contractor assumes full and exclusive responsibility for the payment of all premiums, contributions, payroll taxes, and other taxes now or hereafter required by any law or regulation as to all personnel en- gaged in the performance of this Contract by Contractor. 14. Cancellation. Either party may cancel this Contract im- mediately upon notice to the other party, and without incurring any liability to that party if such other party a. violates any provisions of this Contract; b. has been adjudicated bankrupt; c. has filed a voluntary petition in bankruptcy; d. has made an assignment for the benefit of creditors; or e. has had a trustee or receiver appointed for it. 15. Non-waiver. The waiver by one party of any breach or default hereunder by the other party shall not operate or be con- strued as a waiver by that party of any other or subsequent breach or default. 16. Assignment. Contractor may, upon written consent of City assign the performance of services under this contract. Contractor may not, without the prior written consent of the City, cause the disposal of waste materials at any facility other than that speci- fied in Contractor's bid. Any such assignment or delegation, shall not operate to relieve Contractor of its responsibilities hereun- der, and notwithstanding any such assignment or delegation, Con- tractor shall remain obligated to the city in these undertakings. 17. Applicable Law. This Contract shall be governed by the laws of the State of Texas. Venue for any lawsuit involving this Contract shall be in Denton County, Texas. Page 5 18. Severabilitv. If any provision of this Contract is found to be illegal, invalid, or unenforceable, the findings shall not affect the other provisions of this Contract. 19. Entire Aqreement. This Contract contains the entire and only agreement between the City and Contractor respecting the subject matter hereo~. It supersedes all prior or conflicting agreements or representations. Modification of this Contract must be in writing and signed by both parties. 20. Notices. Unless otherwise indicated, all notices pursuant to this Contract, except for notices under paragraph 15, shall be sent in writing by certified mail, return receipt requested, or by telecopy, addressed as follows: To : To the city: city of Denton Attn: Director of Electric Utilities 90lB Texas Street Denton, Texas 76201 Any notice transmitted by mail shall be effective as of the date mailed. Any notice transmitted by telecopy shall be effective upon actual receipt. Agreed to by Contractor and written above. the City as of the date first CITY O~ DENTONi TEXAS . ~ ATTEST: JENNIFER WALTERS, CITY SECRETARY DEBRA A. DRAYOVlTCH, CITY ATTORNEY Page 6 ATTEST: CONTRACTOR: E: \~POOCS\K\#AZARD. ~AS Page 7 '~ CF~T~F~CATE OF INSURANCE: CSH 09/22/94 Alexander & Alexander, Inc. 535 Smithfield St., Suite 2200 Pittsburgh, PA 15222 PHORZ412-594-7500 COMPANIES AFFORDING COVERAGE COMPANY LET~RA Reliance National Indemnity Co S. D. Myers, Inc ............................................................................ 180 South Avenue ~o~m~ ~ C Tallmadge OH ........................................................................... 44278 ~ ~D ".:~ I~1 DATE DATE ~::~l -" I ............................................................................................................................. .~ I GE~L LI~ILITY SE~ A~REGATE 5, 000 , 00( A] ~ co~,z~ U~N ~X~XU~ NGB125935004 11/18/93 11/18/94 .~] ~ IX] c~ ~ ( ; ~c. ~ Contractual ~ b--[ ........................................................... [ .............................. ' [ AUTOMOBILE LI~ Ali ] ~a~o ~125882904 11/18/93 11/18/94 i ] [ ~ ~L O~D A~OS ~ ~ NON-~D A~S (PER ACCIDE~) ~ [ ] ~ u~L~ .................................. I---I .......................................................................................... ~ .................................. '~ I I EXCESS LI~ILITY ~ I I[ ] ~ ~0~ I .................................. :~ I I [ ] 0~ER T~ ~c~ ~CCZD~ 1, 000, 000 ] ~ts~-~n. nt.~r 1, 000, 000 A E~PLOYERS' LX~ NGB125935004 11/18/9~ 11/18/94 ~s~-~s~. 1,000,000 I OTHER Al Cont. Poll. Liab. ~B125980304 11~18~93 11~18~94~,000,000~6,000,000 AtPollution Legal ~L16~973 11]18/93 11/18/94 5'000,000/5,000,000 .................................... · ............................................................................................ DSS~? OF OPE~TXO,S/~T~O,S/VS~XCnES/SV~CX~ X~ · . Cert~ffeate Holder ~s n~ed as Add~pnal Insured on the General Lfab~l~ty ~ Auto Lf~flfty policies for speo~fxed work perfo~ed by the N~ed Xnsured. · CERTIFICATE HOLDER <==...==..=====================.· CANCELLATION .................................................... *CITY OF DENTON TEXAS PURCHASING DIVISION 901-B TEXAS ST DENTON TX 76201 [_ACORD 25-S (7/90) D~ ~KERS COMPENSATION 30 W. Spdng S~reeL Columbus, Ohio 45266-0581 CERTIFICATE OF EMPLOYER'S RIGHT TO PAY COMPENSATION .DIRECTLY To be posted in employer's place or places of employment in compliance with Sec. 4123.83 of the Ohio Revised Code. Any employer mquidng mom than one copy of this certificate, may reproduce as many copies of the certificate (without any alterations or changes) as required. Risk No. and Employer S. D. Myers, Inc. 180 South Ave. Tallmadge, Ohio SI4125-00 44278 Pedod Specified Below 1st DAY OF Sept. 1994 1st DAY OF Sept. 1995 SUBS THIS IS TO CERTIFY that on date hereof the above named employer having met the requirements provided in Section 4123.35 of the Ohio Revised Code has been granted authority by the administrator to pay compensation directly to its injured or dependents of killed employees as provided in said Section for the period above set forth. CEO/Administrator, Ohio Bureau of Workers' Compensation BWC-7201 Si-1