Loading...
1991-158ORDINANCE NO 2! a~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated com- petitive 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the con- struction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as be- ing the lowest responsible bids CONTRACTOR AMOUNT 1287 Wayne Allen Construction Cc $ 38,031 00 1288 Larry Manning, Inc $ 36,931 00 1292 Midwestern Service Inc $118,000 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council here- by authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective im- mediately upon its passage and approv 1 PASSED AND APPROVED this the ay of 1991 ATTEST JENNIFER WALTERS, CITY SECRETARY r BY (.A )Ittaz APPR t D tASC LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY '~Mni /LAn~e.7/. BY DATE November 5, 1991 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1287 - PRECAST WALL FOR AIRPORT SUBSTATION RECOMMENDATION We recommend this bid be awarded to the lowest bidder Wayne Allen Construction Co in the amount of $38,031 00 SUMMARY This bid is for the construction of a precast type wall around the Electric Substation at the Denton Airport This substation located west of Denton on Jim Christal Road has been vandalized several times over the past years by copper thieves and vandals shooting at electrical equipment This screening wall is intended to deter these re-occurring problems Two types of wall were bid (1) the type currently installed at the Hickory and Kings Row Substations and (2) the type being installed at the new "Pep Boys" location to shield residents from commercial activities The "Pep Boys" type wall was the lowest bid and is being recommended The bid price is about 508 under our projected cost PUB recommend approval BACKGRO ND Tabulation sheet, minutes from PUB meeting of October 16, 199 PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric Utility Department, Substation Division FISCAL IMPACT 1991-95 Capital Improvements Plan Project #91-0255-04 Respec llly/ submitted v Lloy V Harrell City Manager Approved Name Tom-D Shaw, C P M Title Purchasing Agent TS/jh 198 DOC BID # 1287 I I I I I I I I I I I I BID NAME PRECAST WALL CONSfR=ONI PORT DALTON I DER I WAM ALIEN I GRACO I MI7&M I FM AIRPORT SUB I co I CONSTRUCTION I CONSTRUCTION I CONSrR=ON I CONSTRULTrON I OPEN DATE 10-3-91 I I I I I I I I I I I I I MM DE9CRIPTTON I VENDOR I VENDOR I VENDOR I VENDOR I VENDOR i PRMMW WALL ALTERNATE $73,987 00 NB $49,500 00 NB $63,233 00 $38,031 00 $42,466 00 $53,450 00 $45,980 00 $40,630 00 EXCERPT] PUBLIC UTILITIES OCTOBER ,RD MEETING 1991 9 CONSIDI R APPROVAL OF LOW BlD FOR BID #1287- PRECA9'1 WALL CONSTRUCTION FOR AIRPORT SUBSTATION Nelson gave a short overview of approval of the low bid Coplen made a motion to approve the nays, motion carried project, indicating staff i mends bid, second by Laney All ayes, no DATE November 5, 1991 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 1288 - ORIOLE STREET CONCRETE RECOMMENDATION We recommend this bid be awarded to the lowest bidder Larry Manning Inc in the amount of $36,931 00 SUMMARY This bid and award is for the concrete work associated with the reconstruction of Oriole Street from Mockingbird to Cardinal The street construction and paving is being done by City of Denton Street Department The award to Larry Manning Inc includes curb and gutter, sidewalks, driveway approaches, sodding'hydromulching and misc sprinkler system adjustments Tabulation sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Street Department, Engineering and Citizens of Denton FISCAL IMPACT 1986 Street Bond Capital Improvement Program Respect ly submitted I'// W44 all Lloyd Harrell City Manager Approved Name TomD Shaw, C P M Title Purchasing Agent TS/jh 199 DOC BID # 1288 BID NAME ORIOLE SMEET CONCRETE OPEN DATE OCTcmR 10, 1991 # I QTY I ITEM DFSCRI@TTCN I I I I 11 I I I I I I I I I TOTAL BID BID I I I MANNIRi INC I JR1 PAVING I zNC I I I I E L DALTON CO INC CALVERT PAVING I VENDOR I I I VENDOR I I VENDOR I I VENDOR I I VENDOR I I I I 1 $36,931 00 1 I I I I I $64,146 85 1 I I I $50,546 20 1 I I I $41,184 75 1 I I I $55,940 90 1 I I I I I YES I I YES I I YES I I YES I I YES I 90-158 J . CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 5 day of NOVEMBER A.D., 19_1L, by and between THE CTTV nF DFNTnN of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed 'OWNER,' and LARRY MANNING. INC..` 821 RINGS ROW, DENTON TEXAS 76201 of the City of DENTON , County of DENTON and State of TEXAS , hereinafter termed 'CONTRACTOR.' WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed bye OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: OTT $.I. 00 _ Q n7y CTVyyT rnXrRj7TV b c $3fi 9 1 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, which includes all maps, plats, blueprints, and CA-1 0114s - IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: I - `F fA"~ f~ ~-'ri, lu S -;l ATTEST CITY 4OFNTON OWNER (SEAL) LARRY MANNING, INC. CONTRACTOR Eyo Title (SEAL) CA-3 0114s other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 0114s PERFORMANCE BOND STATE OF TEXAS Bond No. TX480121 COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC. , of the city of DENTON County of DENTON , and State of TEXAS as PRINCIPAL, and MRRCHAMTC Rnn,nTnrn I,.., 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 THE CITY OF DENTON as OWNER, in the penal sum of THIRTY SIX THOUSAND NINE HUNDRED THIRTY ONE AND NODollars 36,931.00 ) 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 5 day of November 1991 , for the construction of BID #1288 - ORIOLE STREET CONCRETE in the amount of 136.931 nn which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition 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; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed 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 addition to the terms of the contract, or to the work performed thereunder, or the plans, 'specifications, or drawings accompanying the same, shall in anywise affect its 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 th day of - November 19 91, LARRY MANNING, INC. Principal By ^2rzu/ Title. Lp;, cL - MERCHANTS BONDING COMPANY (Mutual) Surety Pauline L. Lesch Title - Attornev-in-Fact c> Addrb'ss'%821 Kings Row Dentoir, Texas 76201 (SEAL) Address P. 0. Box 1150 Lewisville Texas 75067 1A -1 The name and address of the Resident Agent of Surety is: PCL INSURANCE AGENCY, INC. 206 Elm St., Lewisville, Texas 75057 NOTE: Date of Bond must not be prior to date of Contract. P B-2 C • y (SEAL)S 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC. of the City of DENTON County of DENTON and State of DENTON as principal, and MERCHANTS BONDING COMPANY (Mutual) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON OWNER, in the penal sum of THIRTY SIX THOUSAND NINE HUNDRED THIRTY ONE AND NO/l0O-------------------- Dollars 36,931.00 ) for the payment whereof, the said Principal and Surety bind themselves and it heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 5 day of NOVEMBER 19 91 BID #1288 - ORIOLE STREET CONCRETE to 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 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 prosection of the work provided for in said contract, 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 Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, 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 anywise affect its 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 WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 6th day of November , 19 91 . LARRY MANNING, INC. MERCHANTS BONDING COMPANY (Mutual) Principal Surety Title Address 821 Kings Row Denton, Texas 76201 The name Pauline L. Lesch Title Attornev-in-Fact Address P. 0. Box 1150 Lewisville, Texas 75067 ss of the Resident Agent of Surety is: PCL INSURANCE AGENCY, INC. (SEAL) 206 Elm St., Lewisville, Texas 75057 PB-4 0092b MAINTENANCE BOND STATE OF TEXAS TX480121 COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: THAT LARRY MANNING INC. as Principal, and MERCHANTS BONDING CO utua 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 sum of THREE THOUSAND SIX HUNDRED NINTY THREE AND 10/100--------- Dollars 3.693.10 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors 'and asssigns, jointly and severally. This obligaticn is conditioned, however, that: WHEREAS, said LARRY MANNING INC. has this day entered into a written contract with the said City of Denton to build and construct BID 01288 - ORIOLE STREET CONCRETE which contract and the plans and specifications therein mentioned, adopted by. the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is 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 backfilling 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 this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail 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. ME-1 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. further It is agreed that this one against he Principal and Sur y that successive o recoveries emav be had hereon for successive breaches of the conditions 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 said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause'during said time. IN.WITNESS WHEREOF the said LARRY MANNING, INC. as Contractor and Principal, has caused these presents to be executed by and the said MERCHANTS'BONDING COMPANY (Mutual) as surety, has caused these presents to be executed by its Pauline L. Lesch and.the said Attorney-in-Fact this 6th day of November , 19 91 . BY t BONDING: COMPANY L. liesch Cn-Fact Attorney-in-Fact has hereunto set }ias hand her PRINCIPAL: LARRY MANNING, INC. HB-2 0093b lOwA p '`TRIAL SAP ~•'S L1Tp O°Ifir:4~ - r' COUP11" Op POLK '•J o:8 a-d to ie.n(j e r~ G r < r o c _ i IC - <Ty 4 Ovr RA~i hiTOR'VLY.~ COLiP +tdV 'hQ +i- a ,'..c`, d r • r ~ ~ F"~A,v n'i c d h t ^U oaQ~t! G Ap~ri In !r,~551"/`iP'BO". ~..toc' YC-: r,•„ M Ih, se. ny.~ ~a it ;e5. e'r •e Contp.-ine y.-~4POH 6th day or November s ql v 9i ~5 Ths power of attorney expues December 31, 1992 CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with -the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. ',Q certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before, any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also b,e listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory If. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, .whether they are owned, non-owned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000.00 III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent the Coi direction, may require underground operations, coverage shall contain explosion, collapse of property, itractor's work, or work under his blasting, explosive conditions, or the comprehensive general liability no exclusion relative to blasting, buildings, or damage to underground The liability limits shall not be less than: o A combined single limit of $1,000,000.00. INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and dur.i testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms. are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 Name and Address of Agency Phone Name and Address of Insured: Phone City of Denton Reference: Project Name: Project No: Project Location: Managing Dept: Companies Affording Coverage: A B C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time. 2) The City of Denton is listed as an additional insured as to all applicable coverage. ny Expiration r Type of Insurance Pnlirv w ae pn.._ Limits of Liability Comprehensive General Liability - Occurrence - Claims Made (see #4-Page CI-4) Broad Form to Include: - Premises/Operations - Independent Contractors - Products/Completed Operations - Personal injury - Contractual Liability(see #3-Page CI-4) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see #5-Page CI-4) - Broad Form Property Damage - Professional Errors/Omissions occurrence - claims made (see #4-Page CI-4) Comprehensive Automobile Liability - Owned/Leased Automobiles - Non-owned Automobiles - Hired Automobiles - Workers' Compensation and Employers' Liability - Owners' Protective Liability Other Insurance Bodily Injury f Property Damage f Bodily injury and Property Damage Combined f Bodily In*y/Person Bodily Injury/Accident Property Damage Bodily Injury/Property Damage Combined tatutory Amount f f S Description of Operations/Locations/Vehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. (See #2, Page CI-4). Name and address of Certificate Holder. CITY OF OFNTON, TEXAS PURCHASING AGENT 901-B TEXAS ST. DENION, TEXAS 75201 AU1110RI1EU REPRESENIATIVE SEE DEFIN IIIONS ON PAGE Cl 4 ATTACHEU. Cl - 3 DEFINITIONS 1. ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy shall require that thirty (30) days prior to the cancellation, non-renewal, or any material change in coverage, a notice thereof shall be given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days written notice to owner is required. 3. CONTRACTURAL COVERAGE: ontract or (Liability by c agreement, and would not otherwise exist.)d The contractual liability requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 4. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or wnile acting on behalf of the owner. CI - 4 Oriole Street Concrete Work BID NO. 1288 PO N0. i BID TABULATION SHEET Contractors Warranties and Understandings Barricades, Warning 6" Concrete Driveway Exposed aggregates D_rivewav Concrete Curb and c~ 3oc> i cC So 1 s 3c`D _ I ~c Cr C'L ~ ~1Co10.~~ `-c LV Qf P-3 I Misc. Sprinkler SvstPm i T/ SY BID SUMMARY .OTAL 9ID ?RICE IN WORDS in the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work accepted, when fully completed the plans and specifications, Engineer. proposed to be done shall be and finished in accordance with to the satisfaction of the The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. Street Address City and State Seal Authorization (If a corporation) Telephone B - 1 BID BOND ien by these presents: NING, INC., 821 Kings Row, Denton, Texas 76201 (hereinafter called the Principal) as Principal, and the :MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to CITY OF DENTON (hereinafter called the Obligee) in the full and just sum of 5% GAB----------------------- FIVE PERCENT OF THE GREATEST AMOUNT BID----------------------------- good and lawful money of the United States of America, to the Dollars and truly to be made, the said Principal and Surety bind themselvesahe r end each of their heirs, exe u ors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 10th day of October 19 91 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for ORIOLE STREET CONCRETE WORK according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. LARRY MANNING, INC. Witness: Principal Attest: MERCHANTS BONDING COMPANY (Mutual) By ,~I~zsch, Attorney-in- act 10th October 91 Lewisville, Texas December 31-, 1992 THIS CERTIFICATE 19 ISSUE CONFERS NO RIGHTS UPON DOES NOT AMEND, EXTEND 13/13791' DLDCR. THIS CERTIFICATE RAGE AFFORDED BY THE I COMPANIES AF ORgtNq COVERAGE I l COMPANY A . . . _ _ . B VB [ - IEETTER - O TOtt ORNEIUL. COMPANY ;s t a - , - COMPANY C - - { LETTER. : - . COMPANY p - ' LE17ER - ) . COMPANY ' E I . LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN 199UEO TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOf WRHVTANOINO ANY REQUIREMENT, TLRM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ' _ ' CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 19 SUBJECT TO ALL THE TERMS - EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITSSHOWN MAYHAVE'BEEN REDUCED BYPAIDOLAIMS. . . r...... . , uq: TYPE OF INSURANCE. POLICY NUMBER 1 POLICY FFFEC11VE : POUCYE%PIRATION - , " DATE PAMOD/YYI DATE IMK'DD" UMITO OENERALUADIUTY . ! DENSRALAOOREOATE '9 I,000'aaa A % . OOMMER000AENERALLIAMUTY' ! SCCL9369059-05 03/29/91, 03/29/92 'i - PRODUCTUCOMP/OPAGO, 1,000,000 - _ ~ 31 CLAIMS /AADE % ;OCCUR'.. - I PERSONAL A ADV. INJUN• :a 900 909 OWNERS S, CONTRACTOR E PROT. i_ - . EACH OCCURRENCP 9 SOD ,DDV - ....i,... `i. _i : FIRE DAMAGE{AnY PM16 MIS) 50,000 I _ MED EAPEruVE nPy evro p9moli! `S, LIDO - AUTOMOBILF LIABILITY r. . 4-.. CAM&NEOEINQLE A z ANY AUTO : 1AW9400011-05 03129/92 03/29/92 . ! F 590,900 UMR _ : ALL OWNED AUTOS . ..f . BODILY INJURY eCHEOULED AIJTOB - - . ~ P-) "RED AUTOS i NO OW - BODILY INJURY C N• NEDAUTO3 jj . _ y _0?ErwcIdanD . OARAOE UABIUIY . : P10r TRY DAMAQE a EXCESS LIABILITY ' , - - EACH OCCUP.+=1EtICE 9 LIMORELLA FORM 'I AGGREGATE j OTHER THAN UMSRELIA FORM A WORKER'S COMPENSATION 05CMC100762 T-09 AND I EMPLOYERS, UABILITY ' .Ii DESCRIPTION OF OPERATIUNSILDCATIONSNEHICLES/SPECIAL ITEMS I CERTIFICATE ROMER TO HEREBY SHOWN AD ADDITIONAL NAMED INSUAEO ~j T i i CITY OP DENTON - 9VRCHA5INC DEPT 901-A TEXAS BTAEET DEN=N.TX 16201- - i , ~t T n., i' r r r. - I x 1 c SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE ! t EXPIRATION DATE THEREOF, THE ISSUINO COMPANY WILL ENDEAVOR TO t MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOIAFR NAMED TO THE _ LEFT, BUT FAILURETO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR I i I LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPHESENTATNES: i ! AUTHORIZED REPRESENTATIVE - 1 I i I' It 'NATsoN NOWLIN INSURANCE t '4 •QCO34 CbHPbFU .!2?F.j;ae~"' f ."~I ur~~r LJ0, k Ir-, iim nrrr Inv IT. ri .7T IT Tr -T T _r CC DATE November 5, 1991 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1292 - CLEANING OF ANAEROBIC DIGESTER RECOMMENDATION We recommend this bid be awarded to Midwestern Service Inc in the amount of $118,000 00 SUMMARY This bid is for the cleaning of an anaerobic digester located at the City of Denton Pecan Creek Water Reclamation Plant The bid request was sent to seven qualified firms that had indicated an interest in this type project Only one acceptable bid was returned The lower bid of Tisdale Sanitary Service has taken major exceptions to the bid specifications for dilution limitation and also expect the City of Denton to bear the cost of the temporary containment facilities These exceptions are not acceptable BACKGROUND Tabulation sheet, memorandum from Asa Brown Superintendent Water Reclamation PROGRAM DEPARTMENT OR GROUPS AFFECTED Utility Department, Water R clamation Division FISCAL IMPACT 1991-92 budget funds account #620-082-0470-8339 maintenance of Plant and Equipment Respec lly submitted 41 Lloy V Harrell City Manager App oveo Name Tom D Shaw, C P M Title Purchasing Agent TS/jh 196 DOC BID # 1292 BID NAME CLEANING OF ANAEROBIC I TISDALE'S I MIDWESTERN I DIGESTER I SANITARY I I I SERVICE I I OPEN DATE OCTOBER 22, 1991 I I 1 I I I I I I # I QTY I .I I ITEM DESCRIPTION I I VENDOR I I VENDOR I I I I 1 1 I I CLEANING OF ANAEROBIC I I $18,959 00 1 I $118,000 00 I I I I I I I I I DIGESTER I I I I I I I I I I I I R"ri' CIT FUC ! 1941 OCT 29 PM 12 08 CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200 M E M O R A N D U M TO Tom Shaw, Purchasing Agent FROM Asa Brown, Superintendent Water Reclamation DATE October 29, 1991 RE Backup Memo - Digester Cleanout Need - Digester Operation Explanation The City of Denton Pecan Creek Water Reclamation Plant treats the spent waters of the community These spent waters carry organic solids which must be stabilized to prevent odors and to comply with public health laws before they are disposed At the treatment plant these are settled in tanks called primary clarifiers The settled bio-solids or sludge is pumped to large tanks called digesters These tanks are the vessels wherein the bio-solids, or sludge is stabilized This process requires anaerobic bacteria to come in contact with the bio-solids By providing adequate mixing, proper temperature, pH and feed rate, the bacteria breakdown the bio-solids to organic acids, which are converted to methane gas, supernatant (rich organic water) and ash (digested sludge) This process requires the bio-solids to be transferred from one tank (primary digester) to another tank (secondary digester) During this process the heavier solids settle out to the bottom of the tank leaving supernatant (rich organic water) in the top of the tank if, however, solids can not be transferred then this process is limited in terms of efficiency To prevent this from occurring digesters are cleaned out every 5 - 7 years Under normal conditions the bio-solids are pumped from one tank to another to allow the decanting of the water from the solids to occur if this can not be accomplished due to thicker than normal bio-solids, then the only transfer that occurs is a thin solids limited liquid which flows through the emergency overflow pipes Such is the case with the primary digester which was constructed in 1980 and has never been cleaned out About two years ago the ability to pump bio-solids from the primary digester to the secondary digester was thwarted All efforts to correct this problem have been fruitless and a decision to have the digester cleaned out was reached Digester cleaning is an activity that needs to be accomplished every 5 - 7 years to insure proper digester operation AB vg labwp010 doc Midwestern 9/ - r5? P.O. Drawer 1395 Snyder, Texas 79549 Phone(916)573-6385 FAX (915) 573-6387 October 21,- 1991 Purchasing Department City of Denton 901 B Texas Street Denton, Texas 76201 Dear Sir: P.O. Box 68 Friendswood. Texas 77546 Phone (713) 69&-0500 3a6- FAX (713) 996-0905 4202 Paseo Drive Austin, Texas 78739 Phone (512) 478-4401 FAX (512) 280-3611 "Midwestern Services Inc. is pleased to have the opportunity to bid the cleaning of your anaerobic digester, your, bid. number 1292,. Due to the postal service delay in our receipt of the bid package we were unable to get the insurance certificate on the city of Denton forms in time to meet the bid deadline of 2:00 P.M. 10/22/1991. However we will have those to you prior to beginning the job if we are the successful bidder. Midwestern's current insurance meets or exceeds your requirements. The area we do not feel we can guarantee as per your bid request: I. Goals and Objectives all work shall be completed within 20 days of commencement. Midwestern is unable to determine the total volume of material to be removed from the anaerobic digester. However the total could be as high as 1,100,000 gallons and could require as much as 80 days. Midwestern will guarantee to begin work and continue in a workman like manner until the job is complete. The preceding paragraph shall be included as an exhibit to the final bid and contract should Midwestern be the successful bidder. Sincerely Philip Kimmel Midwestern Services Inc. PURCHASING DEPARTMENT City of Denton 901 -B Texas St. Denton, Texas 76201 Office 81 7-383-7100 Date 10-3-91 BID NUMBER 1292 BID TITLE CLEANING OF ANAEROBIC DIGESTER Sealed bid proposals will be received until 2:00 p.m. _ OCTOBER-22 1 991 , at the office of toe Purchasing A{ lent, 901-B Texas St., Denton, Texas 76201 For additional. information contact E31D INVITATION CITY OF DENTON, TEXAS DFW Metro 817-267-0042 INSTRU TI TO BIDDERS 1. Sealed bid proposals must be received in dupli e, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened: - 2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening dale on the outside of complele!y sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton. 901 -B Texas St., Denton, TX 76201 3.. Any submitted article deviating from the specifications must be identitied and have full descriptive data accompanying same, or it will not be considered. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder. 6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or c.ontrach:r liable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted birs remain in force for a sixty (60) day period after opening or until award is made; whichever cornes first 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9. The items are to be priced each net. (Packaging or shipping quantities will be considered) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate or give information on the contents of this bin with the City of Denton or its representatives prior to award shall be gounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. PURCHASING DEPARTMENT 901 B Texas Street Denton, Texas 76201 13. The City of Denton is exempt from all sales and excise lazes. (Article 20.04-B) "BID NMMBER' 1292 BID PROPOSALS TEM DESCRIPTION 1• 7CLEAN3NG OF ANAEROBIC DIGESTER Page 2. _ of 2' . OUAN. PRICE AMOUNI 00' TOTALS I I $118 0,00 We quote the above f.o.b. Denton, Texas. Shipment can be made in 28 days from receipt of order. Terms net unless otherwise indicated. ' In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a ` reasonable period of time constitues a contract. P. 0. Drawer 1395 Midwestern Services, Inc Mailing Address __yy Bidder Sayrier- T 79542 City State Zip Signature President elepnone Title NO':.; 12 '91 14 ;LIE. HUT.IIIDLHI'ID v **PLEASE SEE DISCLAIMER ON 'BACK** CERTIFICATE OF' INSURANCE CITY OF DENTON• Name and Address of Agency _ _ ' h LIBERTY MUTUAL INSt E A City of Denton Reference: 4i6 DESTA~ DRIVE, SUITE 1400 $Qy I y``_"_'_-•-- Project Nam@: its MIDLAND, TX 79705 ^ - . Project N0: - Phone X15 683-53&1 Project I.OCatlpn'. Managing Dept: Name and Address Of insured: TRUCK CO . _ " MIT DEW-E$TE IDWEST., RNvACUUM C~LIBERTY f MUTUALg CI>~ era_ s. pRECLAMATION INC- MIDWESTERN CRUDE OIL CORP. A 5URANCE COmPAIv S 0 R11%13~ 8 _ 54 PhonO 9151 573-6385 This is to cer•tir A 2) The City of Oentonhat: 1) Policies of insurance is listed as an additional inlissuredt@d as beltoow all have beon have beon COmnany Issued and are in force at +.h1s applicable cove a9@ Itt r ,~Fe of Insvranc -g- Pollc' Mpm er 6xPiritien A CLmPreh@nsiva General Liability~~ l.~ In rho Of iabillty I ✓-.Occurrence In Thou ands 0 1 -Claims :^adc $21000,000-GEN AGGR, (see /t4-/,aqC C[-4) YYi-191- $1,000,000-PROD,COMPL , ~y_uL_ A 078628-024 9-1-92 @ypM*X ?PER. AGGR, Broad Form to tnciude; A vremisys/Gperatl0ns $11000 000 5I~&PD L IAB $ lndnpcndr:nt Contractors ARR .PE A H productsi§Omplrtr?d Operatlons A OCCUR. A S I Person,ll Injury - - -Y L L- ConLr,tctual 1.10111t Bodily injury and Fraprr+,y A txplosiun and Col1l Y(sc. a3-Page -,,1.4) Oaniage i A + Undergr•Ourd il,axard pse 1la2ard Comb i nOd S - Liquor LilbiIIt A u Fire Logai LiabYlrrtvuragO A Broad Form Prc13,rtyYDjsea/05-rage Ci-4) Occurrence ErrorE/Cmissiens claims Mmo we «q-pace t;1.4) r COmpprehcnsi'v@ AutCNtpb{le~--~ Llahility A Bodily I ✓ C r,rdiLeasad Aut,x%bilOs A .0;aned le nJuryiNUrson 8odity,in ury/nrcidont iV` rlOn Rut rcobi Illred Aulumobflus s AS1-191- PrOpOrty Daman 078628-031 9-1-92 ` 3 Sod11y injury/PrOperty " _ OdIn a rom i nad -'UOplkOP~eVrs' compensation and Em 1500,000-COM INED . Liability statutory Amcun; SIN LE f - Ckners' Protective Liability aceii±en I - - Other Insurance Cescripticn-Of Operations/Locat(ons/'lehiciss, ! AF.aCh iloll~y (SO 'I! rsyuirc thirty (30) days notiCO of lJtl;i n n.r -~`~w _ _ ~wL altr.0, p cnl;taal, or nWG:rdl ~hangn 10 COver•t;C, ~ rPSS of Certificate HOIdPr, ~ n I'ICJV 18 '91 14: 1-C-1 LIF.P1LIT.IIIDLAHD " THIS CERTIFICATE IS`ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER, THIS CERTIFICATE IS NOT AN DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED INSURANCE POLICY AND By THE POLICIES LISTED BELOW.' i 10'~.' 12 '91 14:29 >LIE. MUT. HIDLPfiD FACSIMILE TRANSMISSION LIBERTY COVER SHEET MUTUAL. F.1 DATE OFp COMPANY T0. O P MENT NAME ~ f ic•uIf asc • ~6! a k.i-- OFFICE " FROM: • q'~/7A(.sT I=NNT - 964-in j` F~+[(. d Il~~'• NAME`/" - V~Z~stJ~Je ~iG.c SUBJECT/COMMENTS ~~VV'7l POLICY NUMEER U PAGES FOLLOW If all pages not recelved, Call sending attendant immedlatel Y BENT 6r CCD7 RI TIME 6ENT' • 3 NCi'd 19 '91 12:59 LIFT F'.2 Certificate of Insurance j THIS C'RTIFICATG IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY ANC DOES NOT AMEND. EXTEND. OR ALTER THE COVERAGE AFFORDED SY THE POLICIES LISTED BELOW, This is to Certify that LIBERTY r 7 Name and MUTUAL MIDWESTERN VACUUM TRUCK COMPANY INC address of f P M,w rL+P ,r+ P O DRAWER 1395 Insured. llP AdLP...... AI^--kin. SNYDER TX 79549 J in, at the issue date of ihts certificate, insured by the Company under the poliop(itto lined below. `The in.urance afforded by the listed poI cyties) is subject tD aH their temTs, exd!usicns and conditions and is not altered by any requiremei term or condition of any CDntruCt Or Other UUCWnent with rr pect tD whinh lhih cerificate ntav be issued. TYPE OF POLICY CERT. ExP. DATE POLICY NUMBER LIMITS OF LIABILITY WORKERS' i COMPENSATION 17 igxaREHENSIVI lily SCHEDULE FORM PRODUCTS COM- PLETED OPERATIONS UZ,J TRACETS0914TiAC- (E~ TORS PROTECTIVE CONTACTUAL 'I 1IA8111 i W 9/1/92 N/A COMBINED SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE EACH OCCURRENCE - $ AGGREGATE I$EACH ACCIDENT-SINGLE UMIT-B J. AND P.0. COMBINE' QOWNED I NON-OWNED $ EACH PERSON NIA N/A EACH ACCIDENT EACH ACCIDENT ! HIRED $ OROCCURRENCE $ OR OCCURRENCE N/A N/A 0 LOCATION(S) OF OPERATIONS & JOE M (!f Applicable) DESCRIPTION OF OPERATIONS, - -NOTE: m..Jl NOT be nm,fied annwlly of the cWnr%.man of thl+aover qd. Yo. will be nailRed If IN. epw11011...... men or rei NOTICE OF CANCELLATION; THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 30 _ DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: r ! COVERAGE AFFORDED UNDER W.C. CoV. B - - " LAW OF THE FOLLOWING STATES j BODILY INJURY BY ACCIDENT j 5 1 OHO OQQ EA. ACCIDENT r BODILY iJURY 8Y DISEASE 91-078628-091 ; TX $ 1-Ann non EA PERSON BODILY INJURY BY DISEASE . I s 1 000,000 POLICY LIMIT BODILY INJURY PROPERTY DAMAGE EACH EACH . $ OCCUR ENCEI$ OCCURRENCI N/A Is AGGREGATE j$ . AGGREGATE 7 ATTN: TOM SHAW CERTIFICATE CITY OF DENTON TEXAS _ PURCHASING AGENT HOLDER- 901-B TEXAS STREET 11 DENTON TX 76201 at •ewecn "h I"uranca a+.. aNo.ded oy Thet Com °°rv ~N CiikANCE CQRPCRArgN of •eApecn wch PRODUCER OF RECORD: LIBERTY INTERNATIONAL INS AGENCY RIVERSIDE OFFICE PARK NINE RIVERSIDE RD y tjE 0 193 Ill' r4o Fj< AUTHORIZED REPRESENTATIVE 19 1 MISHAWAKA DATE ISSUED OFFICE MUTUAL FIRE CrW,y '~4 1 5, Lit LIBERTY MUTUAL. FACSIMILE TRANSMISSION COVER SHEET DATE 119_) 91 R. ! //0J FI~CE i•A CC~OMPA OEPA T0: q NT M! l.' 1 FROM: OF EPAnTMENT NAM SU6JE0"CO M.MENTS POLICY NUMBER 1 PAGES FOLLOW If all pages not received, Cali sending attendant immediately. SENT BY~ 7 ME SENT CONTRACT FOR SERVICES BETWEEN THE CITY OF DENTON, TEXAS AND MIDWESTERN SERVICE INC. Jenn 16ee The City of Denton, Texas, a Home Rule Municipality situated in Denton County, Texas, hereinafter called "City", acting herein by and through its City Manager, together with MIDWESTERN SERVICE INC. hereinafter called "Contractor", hereby mutually agree as follows: I. GOALS AND OBJECTIVES City wishes to hire Contractor to clean and degas its primary anaerobic digester at City's Pecan Creek Water Reclamation Plant located at 1100 Mayhill Road, Denton, Texas. The parties desire to complete this task as safely and expeditiously as possible. Pursuant to this desire, city requires all work to be performed in compliance with safety standards prescribed by Federal, State and Local regulatory bodies, prevailing industry standards, and the attached City specifications. The parties agree that all work shall be completed within 20 days of commencement. II. CONTRACTOR'S SERVICES Contractor shall render services necessary for the development of the Project as outlined herein. The scope of work which Contractor agrees to perform is set forth in specification BEA-5015, attached as an exhibit and incorporated by reference herein. Contractor shall exercise the same degree of care, skill and diligence in the performance of these services as is specified in the attached exhibits. To the extent that Contractor's care, skill performance and diligence is not specifically governed by the exhibits, Contractor agrees to maintain standards consistent with those ordinarily provided by a professional contractor under similar circumstances. Contractor shall, at no cost to Owner, "reperform" services which fail to satisfy the foregoing standard of performance. III. TERM OF AGREEMENT Contractor shall commence. rendering services immediately upon execution of this agreement. This agreement will continue to be in effect until all-.terms.have been satisfied. IV. COMPENSATION TO BE PAID CONSULTANT City agrees to pay Contractor for the services performed hereunder as follows: A. Amount of payment for services: For satisfactory completion of the services specified in the exhibits, Contractor shall be entitled to a lump sum of $ 118.000.00 B. Date of Payment: City will pay Contractor within thirty (30) days of completion of services provided for herein and receipt of invoice from Contractor. V. SUPERVISION AND CONTROL BY CITY 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 proposal at the general direction of the City Manager of the City of Denton or his designee under this agreement. VI. SOURCE OF FUNDS All payments to Contractor under this agreement are to be paid by the City from funds appropriated by the City Council for such purposes in the Budget of the City of Denton. VII. INSURANCE Contractor shall provide at its own cost and expense worker's compensation insurance, liability insurance, and all other insurance necessary to protect Contractor in the operation of Contractor's business. The insurance policies shall conform to the City of Denton Minimum. Insurance Requirements attached hereto. PAGE 2 VIII. INDEMNIFICATION Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss or liability of any kind whatsoever, by reason of injury to property or third persons to the extent directly and.proximately caused by the error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, in the course of 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. IX. CHOICE OF LAW AND VENUE This agreement shall be governed by law of the State of Texas, and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. X. CANCELLATION City and Contractor each reserve the right to cancel this agreement at any time by giving the other party fourteen (14) days written notice of its intention to cancel. If the agreement is canceled before completion, the City agrees to compensate Contractor for services provided and expenses incurred prior to notice of cancellation. XII. SEVERABILITY CLAUSE If any section, subsection, paragraph, sentence, clause, phrase or word in this agreement, or application thereof to any person or circumstance is held invalid by any court of competent jurisdiction, such holding shall not affect the validity of the remaining portions of this agreement, and the parties hereby declare they would have enacted such remaining portions despite any such invalidity. EXECUTED this the r day of 199. CITY OF DENTON, TEXAS B: . v Y V. HARRELL, CIT MANAGER PAGE 3 ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: /lz~ APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY CONTRACTOR BY: -7 pecancrcon _SL~E 14CKIIX4P"'ES EM• COY.M:SSIGN 30. l30. 6 PAGE 4 BY SPECIFICATION NO. BEA-5015 TANK CLEANING 1.0 SCOPE OF WORK 1.1 Contractor shall provide all labor, supervision, ser- vices, materials and supplies to clean and degas the tanks listed on Exhibit I of this Specification in accordance with the provisions of the Contract. 1.2 Contractor shall clean and degas all tanks in accordance with API 650, API 640, API Publication 2015, ANSI_z.88.2, and with any and all applicable OSHA and ANSI, safety standards. 1.3 Prior to turning the tanks over to the Contractor, the City will pump-down each tank as low as possible with existing pumps, lock out and either physically blind-off the suction/fill line or remove a valve or spool piece to tank, and remove at least one manhole cover. 1.4 The Contractor shall clean and degas tanks to a condition acceptable by the City. The City will determine when tank is sufficiently cleaned and degassed. In no case shall entry into a tank or onto a floating roof be permitted unless authorization has been granted by the City. 1.5 Contractor shall remove any tank openings needed for access to the tank, such as manhole covers, door sheets or flanges, except for the manholes opened by the City. Contractor shall reinstall removed manhole covers, door sheets and flanges to a leak free condition according to API Standard 620 and API Standard 650. 1.6 Contractor shall not spray water or steam unless the nozzle is grounded to the tank. Contractor shall supply its own pump. Water may be available outside of the firewalls from the fire fighting system on a prearranged basis. When notified by any City representative that an emergency exists, the Contractor shall immediately disconnect from the fire fighting system. No adjustment in time or money shall be made for non-availability of the fire fighting system water. 1.7 Contractor shall provide for regular pick up and disposal of the tank bottom residue and any additional miscellane- ous solid waste, including household garbage, consum- ables, cleaned slicker suits, etcetera. Contractor shall not dispose solid waste in the City's receptacles or on City property. Any solid material removed from the tank and any absorbent (sawdust, chips, sand, etc.) shall be removed at the Contractor's expense. No solid waste, tank material, or absorbent shall be removed from City property until the City Representative has approved of the transportation vehicle, the. transporter, and the final destination. 1.8 Contractor shall not add chemicals to the tank to assist in cleaning. 1.9 Contractor shall keep the work area clean at all times. At the end of each day, Contractor shall clean the location before leaving the site. Upon completion of work, Contractor shall leave the job site clean and orderly, removing all wastes, scraps, unused materials, tools, supplies, etc. 1.10 Contractor shall obtain and furnish evidence of all permits, licenses, etc. required by any regulatory authority prior to performing such regulated work. 1.11 Contractor may use no more than 100,000 gallons of additional fluid per 1,000,000 gallons of sludge to aid in the removal of the material from the Digester. 1.12 Contractor shall pump all material, in the Digester to the drying beds or to the temporary containment area located no more than 700' from the Digester. This entire process shall not exceed 20 working days from the time contractor arrives at work site. 2.0 GENERAL REQUIREMENTS 2.1 Contractor shall maintain its own independent safety program, supplemented by OSHA and ANSI standards, and the Independent Contractor Safety Practices Guidelines. Contractor shall demonstrate that Contractor's personnel are adequately trained in safe entry procedures. City reserves the right to review the Contractor's rescue methods. City's Representative may also require additional safety meetings at any time. 2.2 Each of the Contractor's employees and subcontractors (if any) will be trained in and familiar with proper safety PAGE 2 precautions for controlling the hazards associated with tank cleaning. One of the two standby persons must be trained in both cardiopulumonary resuscitation (CPR) and first aid training. All personnel are responsible for conforming to applicable OSHA and ANSI safety requirements. 2.3 No sources of ignition are allowed within the work area or in other areas where flammable vapors may be present until the sludge has been removed from the tank and the tank is vapor free. The term "source of ignition" includes, but. is not limited to, smoking, welding, electrical and internal combustion engine equipment, and personal items, such as matches and lighters. If such equipment must be used, it shall be placed well away from the tank and other open tanks, preferably upwind from the vapor source to minimize the ignition hazard. If equip- ment must be used inside the firewall and it is safe based on measurements of percent LFL inside and outside the tank, wind speed, and direction, City may approve a separate Work Permit for the equipment. Contractor's vehicles equipped with catalytic converters are restricted to- normal roadways in the work area. Lighters, matches, flints, etc. shall be allowed only in designated smoking areas. 2.4 Contractor shall use its own equipment to test and verify that the atmosphere is safe for confined and enclosed space entry according to its independent safety program. Stricter individual requirements of the Contractor's independent safety program will control over less strict standards mandated by law, industry practice, or this specification. 2.5 Contractor shall provide equipment to independently test for flammable vapor, oxygen, light hydrocarbon, and safe temperature parameters. Contractor shall provide two standbys while the City Representative is testing the atmosphere of a confined or enclosed space. No one may enter a confined space until a rescue method has been established, the atmosphere tested, and authorization granted. 2.6 Only respiratory protection equipment jointly approved by OSHA and other regulatory entities having jurisdiction, and selected in accordance with ANSI Z88.2, may be used. If air is to be supplied from the atmosphere, the source of air for supplied-air respirators should be located on the upwind side of the tank opening so that only fresh, PAGE 3 uncontaminated air will be supplied. Everyone wearing supplied-air respirators shall have at least one five (5) minute escape or egress bottle. 2.7 Contractor shall make available instructional written operating procedures for respiratory equipment at the job site. Face pieces shall be cleaned frequently. A tight face-to-mask seal is required for the safe use of most types of respiratory protective equipment. None of the Contractor's personnel who supervise or oversee the work at the Pecan Creek Water Reclamation Plant may have beards, moustaches, or sideburns which would contact any mask. 2.8 Workers shall use rubber (preferably neoprene) boots, gloves, and impervious jackets and pants to assist in preventing absorption of contaminates through the skin. Workers shall wear hard hats on the work site except while in vehicles, station buildings, or offices. Workers shall wear full coverage eye protection equipment while scraping, cutting rivets, or spreading sawdust or other absorbents. 3.0 Successful bidder shall be required to execute the attached contract for services. PAGE 4 EXHIBIT - NOTICE OF SEARCH POLICY No illegal or unauthorized drugs, intoxicating beverages, firearms or weapons, or persons under the influence of drugs, stimulants or alcohol are allowed on City premises or work locations. "Illegal drugs" include marijuana and other substances classified by State or Federal law as controlled substances, and which are not prescribed for the person possessing them by a licensed physician. "Unauthorized drugs" include prescribed drugs brought on to the premises without prior notification to and approval of the City, and excessive quantities of prescribed drugs which may adversely affect performance or behavior: As a safety precaution, and to prevent theft of property, entry into or upon any office or work location of the City is conditioned upon the City's right to search the person, and any personal effects or vehicle of any person for illegal or unauthorized drugs, intoxicating beverages, firearms or weapons, while the person remains on City property. From time-to time, and without prior announcement, searches by authorized City representatives may be made of anyone entering or leaving the premises of the City, including City employees and employees of contractors doing business with the City. Illegal or unauthorized drugs, intoxicating beverages, firearms, weapons or City property discovered as a result of a search may be confiscated and may be turned over to appropriate law enforcement officials. Persons refusing_to submit to searches will be denied access to City premises. Employees refusing to submit to searches will be subject to disciplinary action, up to and including discharge. End of Exhibit PAGE 5 CONTRACT NO. EXHIBIT - RANDOM SECURITY SEARCH POLICY The City requires that all personnel working in its operations be mentally and physically capable of performing their assigned duties competently and safely. This safety rule prohibits the possession or use of illegal or unauthorized drugs, intoxicating beverages, firearms or weapons in all City work locations. In addition, the City has occasionally suffered the loss of equipment and confiden- tial data from its work locations. Such losses cannot be tolerated. To ensure the safety and preclude the loss of the City property, the City will be conducting random inspections to enforce compliance witt: this policy. To facilitate compliance with the City's policy, you are requested to take the following steps: 1. Advise your employees and helpers about the City's policy of inspecting without prior notice, and the resulting banning of such person from City property. 2. Give to each employee a copy of the enclosed "Exhibit-Notice of Search Policy" for his review.. 3. Screen your employees and subcontractors before assigning them to City work locations, bearing the City's policies in mind. As advised in the attached Exhibit-Notice of Search Policy, con-tract personnel found to be in violation of the above policies will be immediately removed and thereafter barred from entering any City work' location. As noted, any illegal or unauthorized drugs, intox-icating beverages, firearms, weapons or City property discovered as a result of these City inspections may be confiscated and turned over to the proper law enforcement officers, if appropriate. If your contract personnel fail to comply with the City's policy, it may become necessary to take remedial action, termination. Your cooperation in implementing and enforcing this policy is appreciated. Understood and accepted this day of 1990. Firm Name tankcleanspe PAGE 6 CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material. has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on-all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. 1. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims -under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Plus $100,000 per accident per employee, $500,000 policy limit for occupational disease. II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of, motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $1,000,000. CI - 1 3540s III. COMPREHENSIVE GENERAL LIABILITY. This insurance'shall be written in comprehensive form' and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. To the extent the Cot direction, may require underground operations, coverage shall contain explosion, collapse of property, itractor's work. or work under his blasting, explosive conditions, or the comprehensive general liability no exclusion relative to blasting, buildings, or damage to underground The liability limits shall not be less than: o A combined single limit of $1,000,000. INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been'issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to, proceed that is issued shall be subject to such approval by the Owner. 'CI - 2 3540s C KII ICAlt OF Mt)UHANCE CITY OF DENTON Name and Address of Agency I Phone Name and Address of Insured: Phone - City of Denton Reference: Project Name:. Project No: Project Location: rianaginq Dept: Companies Affording Coverage: A 'B C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time 2) The City of Denton is listed as an additional insured as to all applicable coverage. Company Expiration Limits of Liability otter Type of Insurance Policy Number Date . - In Thousands (000) Comprehensive General Liability Occur ?nc - Occurrence - I -'Claims Made (see 4-11age CI-4) Bodily Injury $ Broad Form to Include: - - Property Damage $ - Premises/Operations Ind d t C n - epen en o tractors - Products/Completed Operations Bodily injury and Property - Personal injury Damage Combined $ - Contractual Liability(see 43-Page CI-4) l E i d xp - os on an Collapse Hazard . - Underground Hazard - Liquor Liability.Coverage- - Fire Legal Liability (see 45-Page CI-4) - Broad Form Property Damage - Professional Errors/Cmissians - occurrence - claims made (see "4-Page CI-4) Comprehensive Automobile Bodily Injury/Person $ Liability Bodily Injury/Accident g - Owned/Leased Automobiles Property Damage $ - Nun-owned Automobiles - Hired Automobiles Bodily Injury/Property' Damage Combined g - Workers' Compensation and Statutory Auoun Employers' Liability - - eacF acEiCent - Owners' Protective Liability _ $ Other Insurance Description of Operations/Locations/Vehicles. Each policy shail require thirty (30) days notice of canrollation, non-renewal, or material change in coverar: . (Soo c2, Page CI-4). . Name and address of Certificate Holder. ;;II'f Uf- UL41l0f1, IE:fAS '!iR GIiPS C!G ?GEt!1 901 -3 ' E<AS S1 . t!!C'N li_RAS 16201 iAUII!ORF/J- i2IP RF., LNI;A, !V SiL DG!-LF1L11CNS M PASL C!-4 AT IAfiIf:O. DEF INI,2IOPIS i. ADDITIO'iA INSU3EU: The City of Denton, its electec a d appCinceu officials, Officers and employees ("ih i s n uses not apply . I to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy shall recuire that thirty (30 ) days prior to the cancellaC'ion, non-renewal or any materi al charge in coverage, a notice thereof Sha1 , i - given to owner by certifieu nail. It she Doyley canceliea for non-pa_iment of premium only tan (i0) _ da,;s wrltten n, C C ice CO Owner is recuirec. 3. COid'iRACTURAL COVERAGE: (Liability assumed by 'by contract Cr. agreement, and Wouie not otherwise exist.) 'lie contractual liability recuirement sh own on the reverse .:ice o_ chic _ertificate Of Insuran ce under Comprehensive 6-ner.a_ Liability, must include a definition o_ coverage oroau enOugn to provide coverage for 001i tionns ya assunec oy COnCraC COL in file rereren cec contract. 'T'his Certificate C= Insurance is providec as recuired by the go`' erni:•:g co:-:tract. CLAI`:S r1ADc ?OLIC`1 :~ecuifee perioa o_ coverage will oe CeCermine0 Uy t:`le i0I10w1n9 t0rMu la Coint'nu(D us coverage for the 14Le of Che contract, !D us one yea' (to ?rovlce coverage ror c;-.e warrar:c"_i Dzrioc), and _ extenae0 ciscovery ,eriod for minimum o =ice (5) years :title;: s;..."_ beg in t:^e enc of the .va-rant_ per:oe. J. = F-IAnT_LTfy: (RecLi ire C In ail cony racLs i:`v.,i pie C"!e OCCU Cane, CO:.StrCCt _Oi: 0r _,1 t._ at _ :;1C`i-Ow:1ci; O'_' ~ .aSeG _-ac __lties I w, _ ui_cings, conten_.S : ere _ Jii ab :C ef7ia:•:c z 1, installec ecuipmenc c:ich _1 respect co prooercy camage co structures or portions of structures f suer, da:naue is caused by the peril of r ire anc cue to the operations Of t :e contractor. Limit o_ liability is co oe a o-- U0,000. 2h e Cerm O.v, ^:Cr o.^.alt _.nC _'Uce r_t_cs _ S/. ar i : - crs, ci._ _OnS, C; parCeencs a-:c ~ .""•.J V l...C GIV.•: ru/ , _..4_ iu'wa~ :a EmO_°•./ _ a.]~.: ~e;.tJ i..:C ` 0 L_1C 7i Y on ✓e ~ n a 11 Gf ln'~.. G.Vn L - -