Loading...
2013-064FILE REFERENCE FORM 2013-064 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initials Chan e Order Number Three - Ordinance No. 2015-175 06/16/15 JR ORDINANCE NO. 2013-064 AN ORDINANCE ACCEPTING BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE US HIGHWAY 380 UTILITY RELOCATIONS PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 5190-AWARDED TO NORTH TEXAS CONTRACTING, INC. 1N THE AMOUNT OF $3,446,977). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION l. The following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 5190 North Texas Contracting, Inc. $3,446,977 SECTION 2. The acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to talce any actions that may be required or permitted to be performed by the City of Denton under Bid 5190 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. Upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the 9� day of �' , 2013. I � �C' MARK A. B GHS, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY � � BY: 5-O id 5190 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 19th day of March A.D., 2013, by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and North Texas Contracting Inc. 4999 Keller Haslet Road Keller TX 76248 of the City of Keller, County of Tarrant 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 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 5190-US Hwy 380 Relocations in the amount of $3,446,977 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City Engineering staff all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books" "records" "documents" and "other evidence" as used above shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA-3 r IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: City of Denton O 1 n , (SEAL) ATTEST: k-i N o rrtn. Texas ~ov~fi~a.c-fi~q , l ~c . CONTRACTOR ` ll 4Ce,L(,P.r hS Itf-Ro ad V41&!+ `fe,c b LS `1(P7-" MAILING ADDRESS PHONE NUMBER F IMBER BY: AUTHORIZ I URE 7a.clt?,st1ier, UlceWeGiA&& APPROVED AS TO FORM: PRINTED NAME, TITLE (SEAL) BY: A,NTrA BURGESS, A ORNEY CA-4 Bond No. SU1120495 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That North Texas Contracting, Ine✓whose address is 4999 Keller Hasl t Road Keller, TX 76248 hereinafter called Principal, and Arch Insurance Comp-,, 7 a corporation organized and existing under the laws of the State of Missouri , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Three illion Four undyed Forty Six Thousand Nine Hundred Seventy Seven and 0/100 DOLLAR $3 446 977 plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 3913-064, with the City of Denton, the 0w3~er, dated the 19th day of March A.D. 2013-,Tor Bid #5190-US Hwy 380 Relocations. ✓ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this.. Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner fi-om all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the. Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copi ,each one of which shall be deemed an original, this the 19th day of March 2013 ATTEST: PRINCIPAL I\ North Te BY: SECRETAR BY: Vice PRESIDENT Zach Fusilier ATTEST: SURETY Arch Insurance Company BY: ~ BY: ATTORNEY-IN-FACT Robbi Morales The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Jerry P. Rose STREET ADDRESS: 2711 N. Haskell Ave., Suite 800, Dallas, TX 75204 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-2 l~J` ~ Bond No. SU1120495 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § / KNOW ALL MEN BY THESE PRESENTS: That North Texas Contracting, Inc" whose address is 4999 Keller aslet Road Keller, TX 76248 hereinafter called Principal, and Arch Insurance Company , a corporation organized and existing under the laws of the State of Missouri , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the ion Four building or improvements hereinafter referred to, in the penal sum of Three e$3,446,9774,-' Hundred Forty Six Thousand Nine Hundred Seventy Seven and 0/100DOLLARS in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, fun-Ay by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number.,;013-064, with the City of Denton, the 0 er, dated the 19th day of March A.D. 20134or Bid #5190-US Hwy 380 Relocations, NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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, or to the Plans, Specifications, Drawings, etc. PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Govemment Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WFIEREOF, this instrument is executed in four cop' , each one of which shall be deemed an original, this the 19th day of March 2013. ATTEST: PRINCIPAL North Texa ntrac n , Inc. BY: SECRETAR BY: Vice pREENT Zach Fusilier ATTEST: SURETY Arch Insurance Company BY: BY: ATTORNEY-IN-FACT Robbi Morales The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAB: Jerry P. Rose STREET ADDRESS: 2711 N. Haskell Ave., suite 800, Dallas. TX 75204 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 4 A~ IIIIIIIIII III'II~li1119I1 = _ _ it l~, l i I I I~I ~ I III it ! I III Idl ~ ~ I II ulllli _ - AIC 0000068061 _ - ~ S POWER OF AT1O1' Imo/ LID UNLESS 111; IS R IIII I~ A _ I Ito bind the Compa ern e T~owe~o~torney limits the s se~I~ herein, and the~r r,0,1 manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. Ip lpulllll OF ATTQFWE'Itt = - _ _ IIIIII'll II', ~ ' ~IIIIIII = II III ,IIII - _ _ = I ~ Ilulllllll ~ I ~ I Know- All Persons By These PresentsV That the Arch Insurance Company/crporation organized and existing under the laws of the State of Missouri, having its principal _administratfvee in Jersey City, New Jeri (herme to as the "C m p a hiir Iby appoint: D f ry P. Rose, Lisa v -Mc o eyna, Robbi MoIIII W„~ a is V e e~ 4~ hall of Dallas - _ '1111111 III ~IIIII - its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as-its-act and deed: - - 'IIII ~III'~IIIII'IIIIIIIIII I III Illllgl''II a ~ dertakings, rei ll g, ~rety obligatlor~r ber s eeding I I IIIIIIIIII - - - N 1iI1~ Dobfars $90.000,000. )il IIII - This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. _ f7w ~ I IIII I ~ Glu°I I II I~ ecur~fch bonds, untao~cand t INAM pi I~~~ °li ce of these "s t u said Company 'aAffMgffa_WIWaIl intents d Illlls me had been exeeuW M fl F acknowledged by its regularly electeWficers aat its principal administrative off City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on Septerriber 2011, true and accurate copi o ~i h are hereinafter set forth and=-arP by certified to by the undersigned _ o I~I IIIIIIIIII ~I f ~ d~ _ - - - - - - - - e l full force an'j ffI;i III - _ "1Tt ED, T~iat the Chairman of they' I ~i rd,'t~Vl~ re ' dt,, or the Executive Pr nt, or any Senior Vice Presida 6TAWSureTy Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bI ~IIIIIIo ds, undertakings, recognizances and (VII! y agenffo_- appoint "tK~ ure-a-ooo ions obligatory tf ttFm_ _any such offic rs 'fllt 111 - - - - = = _ _ _ = _ _ _ - ~ 'I VIII II ~ Ilh illlll - This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: =,VQT_€D, T1Fat nature of the Chair a lthq o " Ip he President, or the Exaeuth e = ent, or any Senior AhceRresident~ nflEffl lplll li e~ r79u_ ss Division,' q° t Ir p i e Hated in writii e~ri tt Saretary, and t reef e° p Y IIIIe erey,eof the Com an r)s,, ,III a Secretary, m yc on any power o bid -execu ed pursuant to the resolution a optelldl~ll Iy the Board of Directors onSdpterrUr 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. _ _ II'i 1111'1 (IIIIIIIIII I~ IIIP - - - _ - III II , ' Volul0l 00ML001aJ0 03 „ I, IIII, I' IIIIIIP Page 1 of 2 -Printed-in U.SJA _ II I' , I -I~ 1 III ~ ~ I III I - = - II I I' ~ I III I ~ II lluulll - _ ~ alp i AIC 0000068061 I In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 9m day of January, 2013, Attested and Certified Arch Insurance Company TXMM artin J. Nils Secretary David M. m e stein, Executive Vice President STATE OF PENNSYLVANIA SS I COUNTY OF PHILADELPHIA SS I I, Kathleen Marcinkus, a Notary Public, do hereby certify that Martin J. Nilsen and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. t;OMTi1r0 VJMI qA NOTARIAL S .a Cliytaf:Aiiilgblpltlrt, fts. 04un Kat lean Marcinkus, Not Public My commission expires 3!14!2014 CERTIFICATION I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated January 9. 2013 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto sub ribed my name and affixed the corporate seal of the Arch Insurance Company on this 19th day of March--_--, 20_13 it 140 ° artin J. Nils n, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance - Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 t~,+~re~xnTe ~*4 sou, -M~it0iili>w OOMLOO13 00 03 03 Page 2 of 2 Printed in U.&A. ARCH Insurance Company ARCH Surety TEXAS. CONSUM" ER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: YOU may contact your agent at the-telephone number provided- op the Declarations page of your policy. . You may contact William J. Misero, Surety, Arch Insurance Company, the toll-free telephone number or address provided beiow: ' Arch* Insurance Company Attention.? William. J. Misero 3 Parkway Suite-1500 . -Philadelphia PA 19102 17,86.6-472-8845- YOU may contact, -the Texas' Department of Insurance. to obtain information on companies.' coverages, rights or complaints at: 1-8.00-252-3439 You may write the Texas Department of Insurance: P.O, box 149091 Austin; TX: 78714-9091- FM# (612) 475-1771- PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may -contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a. part or condition of the attached document. (Ed. 4112) Printed in U.S.A. I i 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 endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder maybe disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted- • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A- VII or better. • 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 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. CI-9 • 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. • Cancellation: The City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. • 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. CI - 10 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: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current 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. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000.00 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non-owned autos. Cl - 11 [X] Workers' Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] 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. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. Cl - 12 [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. CI 13 ATTACHMENT 1 [X] Workers' Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: CI - 14 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4) obtain from each other person with whom it contracts, and provide to the contractor: a) certificate of coverage, prior to the other person beginning work on the project; and b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; CI - 15 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Cl - 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a Date Received person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 El Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the lit, business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has an employment or business relationship. Pr Na6e of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Farm CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? 0 Yes E~rNo B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes 0 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? 0 Yes E~No D. Describe each affiliation or business relationship. 4 Signature of person doing business with the governmental entity Date Adopted 06/29/2007 CIO -I BID # 5190 CITY OF' DENTON Purchasing Department 901-B Texas St. Denton, TX 76209 (940) 349-7100 www.dentonpurchasing.com ADDENDUM # 1 2/26/13 Bid#5190 For US 380 Utility Relocations BIDS DUE: February 28, 2013 2:00 P.M. Bid submitted by: f l0V/tk -reg0.s h C., . Company Name AIA Document A310 TM -2010 Bid Bond CONTRACTOR: SURETY: (Xame, legal status and address) (Name, legal status and principal place NORTH TEXAS CONTRACTING, INC. of business) 4999 Keller Haslet Rd. ARCH INSURANCE COMPANY Keller, TX 76248 300 Plaza Three This document has important legal Jersey City, NJ 07311-1107 consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or CITY OF DENTON modification. 601 East Hickory Suite B, Denton, TX Any singular reference to Contractor, Surety, Owner or BOND AMOUNT: Five percent of amount bid. other party shall be considered (5%. f Amount Bid) plural where applicable. PROJECT: (Name, location or address, and Project number, if any) US 380 Utility Relocations Bid No. 5190 Project Number, if any: The Contractorand Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified'in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof-, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Omer may in good faith contract with another party to perform the work covered by said bid, then tlvs obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the terns Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a c anon law bond. Signed and sealed this 25th day of February, 2013 ` NORT TE S CONTRA G, INC. F~J (Prin,i 1 (Seal) (Witness) (Title) ARCH INSURANCE COMPANY l ( ) (Seal) (Wibless) ( ~ ~6 (Title) Robbi Morales, Attorney in Fact AIA Document A3101^ -2010. Copyright 0 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. - AIC 0000068014 THIS POWER O-ATMRNEKlS~7W- MID UNLESS IT IS PR{IVTED ON BLUE BACKGROUND- - ! III I illii III. qi li lp _ This Powerof Attorney limits thus oseramed herein, and they have lno 'authority to bind the Compa~exc-e in "the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. I,~-H:ql a I Vli 111 q P IOW~E~R, OF ATT`SJM._ ff _ - .j'.' ,dill I I~III! 'u I II!I~I~ I~II!!~I~ - Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, Ne%,ii _(hexelrtaf%meferred to as the "Company) does (hereby appoint: _ I~iil4li Ills II jli it i, - - - ili in, M, I II~ I'i III U Don E. Cornell, Jerry P, Rose, Lisa ~~RMMc9o*-~2eyna, Robbi Morale lanb VI. ;DeLene Marshall of Dallas, T LFAC = its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as sure, and-asIts=act and deed - aol~ond Wrtdertakings, rec061 ces l~n iot er'sUrety obligation fie eri.M t~ W- AgMeeding _Nine- III n Dollars ($90,000,000.001)'II (III' II',G6 ,I lu = This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. - pl ,I - - - III i1 111i~Ii!u Ili I~III I;I~ ~ li I,I = The execution of such bonds, and=eas, rogcand other surety 1obl1gations in pursuance of these pL~seshale~s= II I~ I l' il, u = - bmding upon -the said Company _ ~INQUW7 intents and p`ulrposes;;ylas i f'Ithe ls'ame had been diff-execun and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company full after seLforkkandre~by certified to by the undersigned _ _o npterer-2011, true and accyrate Icopieslllof~Whieh are herein eretabetngir~ force and effelict~l li~ ll I~ ~I~ III! Ili "VOTED, That the Chairman of the Board, th' President, or the Executive \AEFPrdsident, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, tto execute on behalf of the Company, and att chi the seal of the Company theretoi blonds, undertakings, recogn¢ances arid- othef surety obligatohs obligatory3ath -ffa here anMany such officersiof toe' ''Gompany malt', appoint agents o cceptance of M IB IlII ii i,ii it aiI,I process This Power of Attorney is signed sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: 4101159,1NtON-nature of the Cha irma,l Ilolf thel,l,Bllo linId itlh;lle President, or the faec-utwe V3cEO _ent, or any Senior Vice President,- _ _p he~u 1Rusmess Division, or, their;llappointeesi~lldes',gnated in write a ed%itfl Se retary, and the signature of the l11 411 ulld 149;IIb Il q - - - - =Secretary,ne=seaTof the Company,l'and cetti,fioatiq;ns by~!t~e Secretary, mawa sexl y acstmtie on any power dVattorney-_or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. - _ III I illll II, I° ~I I VIII, - Ills VIII Iu rhl %I_ - - - - - - - Ili ICI ll:Jl ~hl ll,l IIN .I,i - III J'. _00 L0013_-0(-03-03 a III p p Page 1 of 2 - Printed in USA. 'll I~ ~I BID # 5190 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF US 380 UTILITY RELOCATIONS IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. The contractor shall provide the numeric unit price and the unit price in words for each quantity. Unit price in words governs over the numeric price given. It is further agreed that change orders may be negotiated between the contractor and City to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Provisions. Similarly, change orders may be negotiated to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the time specified in the General Provisions. P-1 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P-2 Project Name: US 380 Utility Relocations Calendar Days 270 Bid No. 5190 P.O. No. BID TABULATION SHEET Water - Job No. 630043517 Item Description Quantity Unit Unit Price Total 107.19.3 Excavation Protection 6926 LF $ ~Oqe Unit Price In Words. 61 P a*, Z( ern S 107.20 Project Signs 1 EA OUb $ tOt~p - Unit Price In Words 0" `I vN w5 Malf-c- k C4+A Temporary Erosion on ro , Sedimentation, an Water Pollution 201 Control; 9310 LF 2 $ (o^ Unit Price In Words 0 4 S° CS. 11'' 400 SY rJ $ 2 a0D - 202.5 Sodding Unit Price in Words V lRQ/S TyYV C~ita~S 202:6 Seeding Turf Grass 10000 SY r $ d D(,TD~ Unit Price In Words ik 302-A Remove and Replace As halt Parkin Lot 765 SY~ 15 $ Unit Price In Words '9" dDt ar; CC4-S 302-B Remove and Replace Asphalt Pav ment 8,80 . SY ~(5 $ I ow Unit Price In Words 5Qit gv -y- )i (d.rs 303-A Remove and Replace Concrete Parkin Lot 339 SY $ 32,Zo5' Unit Price In Words v [a,,(-!; 303-B Remove and Replace Concrete Pavement 80 SYL J~ ^ $ b Unit Price In Words 1 4~QXS I S 305.1-A Remove Concrete Curb and Gutter. 370 LF 16 ~ $ 5155D~ S T.QiVD s Unit Price In Words dle 305.1-B Re lace Concrete Curb and Gutter 370 IF $ Unit Price In Words ; 305.2-A Remove and Replace CvnGrre~te Sidewalk 120 SY $ ~ 3 I ~ Q Unit Price In Words QMe t'wvv k oukyr Ze-ro 305.2-B Remove and Re lace Concrete Drivewe Approach 20 SY $ 22 00' Unit Price In Words 402.3-A As halt Saw Cut 5332 LF Z ZZIfl. Unit Price In Words 'hw b oultivr, 402.3-13 Concrete Saw Cut 1727 LF $ ~ Unit Price In Words 501.14-A 12" C-900 PVC Water Line b Open Cut Un aved 2084 LF 20 f $ 2 50 DJ Unit Price In Words PM- 2 P- Project Name: US 380 Utility Relocations Calendar Days 270 . Bid No. 5190. P.O. No. BID TABULATION SHEET 501.14-13 12" C-900 PVC Water Line b Open Cut Paved Area) 1 2346 LF 120 $ 2#31, 524) G~(A ~~s 2~ (M S Unit Price In WorgLuk 49 501.14-C 12" WL C-900 b Bore 543 LF $ 021~~ Unit Price In Words Q_AAX 61Ii- e 1% 00~ 501.14-D 6"'C-900 PVC Water Line b 0 en Cut Paved Area 160 LF q~ $ Unit Price. In Words cztli~ 50114-E 8" '900 PVC Water Line b Open Cut Paved Area 50 LF I $ . 5 SDD~ . Unit Price In words Ct~~+S W04 12" WL 20" X.0.5" Steel Casing Open Cut 201 IF Z~pO $_~15 P-) 2-to p Unit Price In Words n WAIJ-Y e 503.3-A 12" WL 20"X 0.5" Steel Casing Bore 348 LF $ 36QJ Unit Price In Words VI~c~LU/ t4,61 lb s '•'e""'`-' 501.7-A 16" DIP Waterline b Open Cut (Unpaved) 1911 LF Unit Price In Words .)'Vt V 501.7-8 16" DIP Water Line b Open Cut Paved Area 1379 LF VOID ^ $ b 5 ~ -Unit Price In Words G4rw C-V410 501.7-C 16" DIP Water Line b Bore 358 LF $ (pUa GT -Unit Price in Words 0 W05 16" WL 24" X 0.5"Steel Casing Open Cut ' O • 65 LF 41 0 Qom,,- $ 2) 1 rO ~ Unit Price In Words f5 c W 503.3-13 16" WL 24" X 0.5" Steel. Casing Bore 1176 LF $ , l v Unit Price In Words ✓ OW it GLYS sx-m 502.3 Fire Hydrant Assembly 24 EA S $ ~ IV It -u4-n C f s Unit Price In Words t~ qz e0. 502.62-A 16" Tapping Sleeve & Valve & Box 1 EA~0 Otp`- $ 30~ Unit Price-In Words C SYI ~Q~U-~ JA W5 ura aAJS 502.6.2-B 12" Tapping Sleeve & Valve & Box i13 Fro dft'. $ 2 0~'. Unit Price In Words riW" 415 502:6.2-C 18" Tapping Sleeve & Valve & Box 2 EA-1 1 $ -7 Unit Price in Words { ~f1 V ,ed, Q.(S L 502.6.2-D 6" Gate Valve & Box 3 EA ! DDI~ $ 3 OOD _ Unit Price In Words s( P-4 Project Name: US 380 Utility Relocations Calendar Days 270 Bid No. 5190 P.O. No. BID TABULATION SHEET 502.6.2-E 12" Gate Valve & Box 15 EA 2 $ ?J Unit Price In Words ev J tux;-~ 502.6.2-F 16" Gate Valve & Box J _ 7 EA I t D Oar $ ~7 DQU- Unit Price In Words, eANt" 1 y w Ire S GtN S . 502.6.3 Air Release Valve & Vault 2 EA 000- $ (V ! D I7O- Unit Price In Words C- A-Z s trD Akr 502.10 A Water Service Connection ffT I 34 EA 0 00 _ $ ~O P~ ~s ` Unit Price In Words QS~A yl W01 -A Remove & Salvage Ex Fire Hydrant Assembly 13 EA Unit Price In Words ti W01-B Remove & Deliver Ex Gate Valve- ` 25 EA 100 $ 21 5Q a~ Unit Price In Words ~'l~(/t/►.P"YG S 2lvi~ C W01-C Cut and Plug Existing Water Lines II 15 EA 5D-0 Unit Price In Words Ve O1✓0 l wV S W02 16" DI to RCCP Connection . 1 EA O,. om--~-~$ Unit Price In Words L S 91 sellrv "111 ~ W03 Connect to Existing Water Line 15 000 $ 16, 001- Unit Price In Words QAF d3a,~~" OLD [I S SUBTOTAL WATER $ 2 I Z7 103.3 Sure Bonds 1 LS 3~j 0 00~ $ '3~J 007 Unit Price In Words t +tA S 'D" ~S 203.3 General Site Preparation 1 LS, 32 00D _ $ ~✓2 OQD- Unit Price In Words I r t, 01V-V,-5 AXS 'a ~~iw 801 Barricades, Signs, and Detours 1 LS 5 V 00' $ 5 00'D - Unit Price In Words S 7~ ro G S TOTAL BASE BID "A" WATER $ Z 0 $ 3 Wastewater - Job No. 6400035537 Item Description Quantity Unit Unit Price Total 107.19.3 Excavation Protection 6200 LF r $ 20 O- - Unit Price In Words 04/~d Ow (,lY✓{( ~ 107.20 Project Signs 1 EA OD $ I OVD Unit Price In Words OVI( JVUr1A-s AZ) ftJ(,fS 'a Gt,.,_JT P-5 Project Name: US 380 Utillty Relocations Calendar Days 270 Bid No. 5190 P.O. No. BID TABULATION SHEET Temporary. Erosion Control, Sedimentation, and Water Pollution 201 Control: 670--0 LF 2 ^ $ (3 OD Unit Price In Words p ~~MI' vn lX~w' 202.5 Sodding 2000 SY ~J $ D v Unit Price In Words -Rye S I -Lff 202.6. yo- Seeding Turf Grass 8000 SY $ $ 900 Unit Price In Words ~iYD 302-A Remove and Replace Asphalt Parkin Loth~ J i 190 SY $ 8 ! r Z{b Unit Price In Words t." 'Cli L S 302-B Remove and Replace Asphalt Pavement 110 Sy 5r $ Unit Price In Words ?Pi 1-3 303-A Remove and Replace Concrete Parkin Lot 600 SY 5 $ rJ7 OCbf Unit Price In WordsS 303-B Remove and Re lace Concrete Pavement 50 SY 1 $ Unit Price In Words Ul.a Q. s ` 305.1-A Remove Concrete Curb and Gutter 335 LF $ 5 Dom' Unit Price In Words Owl ; ;✓!4o 305.1-B Replace Concrete Curb and. Gutter 335 LF $ ~OD Unit Price In Words ev All-s ` 2fiY0 2tr 305.2-A Remove and Replace Concrete Driveway` .A, roach 10 SY $ I t, Oc)v-- Unit Price In Words 0AM Vl ' l~s ' CLw 3052-B Remove and Replace Concrete Side_wallkk.' 20 SY $ 2 ZOO Unit Price In Words OW 64NL ~iVL s Gam` D 402.3-A As halt Saw Cut 4052 LF 7ir $ 00 S Unit Price In Words +W0 402.3-B Concrete Saw Cut 1905 ,LF $ 1 r 2v- Unit Price In Words r S M ( S 50'1.15-A 8" ASTM D2241 SDR 26 (Unpaved) 331, , . _L.F(~ p $ 2 0 Unit Price In Words J v% OW S IZP- ro 501.15-B 8" ASTM D2241 SDR 26 By Bore 50 LF 5D- 1 $ 1 r~~D Unit Price In Words 0%4 06 air - Z~IrD cz, 501.15-C 8" ASTM D 2241 SDR 26 Paved Area 990 LF D $ (Pq c 3fl~2~ Unit Price In Words S J~v p1,4 l ~s C P-6 Project Name: US 380 Utility Relocations Calendar Days 270 Bid No. 5190 P.O. No. BID TABULATION SHEET 503.3-C 8" ASTM D2241 SWR 16" X 0.5" STL Casing Bore 130 LF $ DOD Unit Price In Words _Mv-e k4A,--kred 0 1 (-5 7zro Gtvals 501.15-D 18" ASTM D 2241 SDR 26 or C095 Sewer Open Cut Un aved 1277 LF b` $ L 0 5 3Q - Unit Price In Words IA~ Vl Ott J_CS 501.15=E 18" ASTM D 2241 SDR 26 or C905 Sewer Open Cut Paved are 1273 LF Unit Price. In Words vi; In e +,i Av ,urs p.~ SS05 18" SDR 26 or C905 SWR 24" X 0.5" Case 1Open Cut 2 45 LF 350 9~ 7 OV Unit Price In Words r Vl~tiv4 GLr Ld. .T 1 S (,~v~ 503.3-D 18" SDR 26 or C905 SWWRR 24" x 0.5" STL Casing Bore 165 LF ODD- --Unit Price In Words -t M,( - 501.15-F 20" ASTM D 2241 SDR 26 or C905 Sewer Open Cut Unpaved) 203 LF O 0 ' $ '~70 2✓DD Unit Price In Words 501.15-G 20" ASTM D 2241 SDR 26 or C905 Sewer Open Cut Paved are 599 LF. 0 b $ 5 U Unit Price In Words k dNS rs-w U4, 503.3-E 20" SDR 26 or C905 SWR 30" X 0.5" STL asin Bore ff 130 LF UD c70a Unit Price In Words 66 l \ 501.17-A 8" ASTM 3034 SDR 35 Sewer Open Cut (Unpaved) 24 IF Is 12, 1w)-- Unit Price In Words IAA ~2 ~L S -CC-1-0 501.17-B 8" ASTM 3034 SDR 35 Sewer Open Cut Paved areas 71 LF R I~ $ t 3 1 Unit Price In Words Wvdb~ AAWrs 'U, 00 (_,1A 501.17-C 2 1 1"ASTM F679 SDR 35 Sewelr-Open Gut Un aved r a ' - 17 . LF O $ Unit Price In Words 501.17-D 21" ASTM F679 SDR 35 Sewer Open Cut Paved areas) 615 LF 1 T $ b 5a Unit Price In Words -rL G 501.17-E 24" ASTM F679 SDR 35 Sewer Open Cut ((Unpaved) 610 LF: (ZO ^ $ 3 ~ Unit Price In Words o/Va VU.~y C 501.17-F 24" ASTM F679 SDR 35 Sewer Open Cut Paved Areas 62 LF(. - $ Unit Price In Words J-w 1 F t`tv,; c 'E2' ~ SS05 24" SDR 35 SWR 30"X 0.5" Case Open Cut (1 46 LF 6,5o- $ 1 Z-51 Unit Price In Words A\k e-d l ~S ` 503.3-F 24" SDR 35 SWR 30" X 0:5".Case Bore 84 LF Unit Price In Words V& ,e P-7 Project Name: US 380 Utility Relocations Calendar Days 270 Bid No. 51.90 P.O.: No. BID TABULATION SHEET 501.17-G 27" ASTM F679 Sewer Open Cut Unpaved pp 5 LF 0D D $ Unit Price In Words . IIw a a ( S c M&2 CIU~ 502.1-A Install Cone MH 4'ID 0'-6' de th 11 5 EA Z ~p~ $ OD Unit Price In Words 502.1-B Additional MH Depth 4'ID > 6' de th -e 10 VF O ` $ D Ob Unit Price In Words r0 ~~(/e d S 502.1-C install Conc DROP MH 4'ID U-6de th 11 2 EA 4 OD' $ UDi Unit Price in Words SUMF1L S Z: Pvp 502.1-D Additional DROP MH Depth 4'ID > 6' depth) 5 VF -77D D~ $ - Unit Price In Words 0 A AXS 502.1-E Install Cone MH 5'ID 0'-6' de th _I `w l25 EA 3 .0 O6` $ 5 VDU' Unit Price In Words G "_5 502.1-F Additional MH Depth VII'D > 6' de th 11 1 91 VF 2 $ 22 1 Unit Pricy In Words 9 WOQ 0. 502.1-G Install Conc DROP MH 5113 0'-6' de th 1 EA $ a' - Unit Price In Words :kvv-, lXQM At 502.1-H Additional DROP MH Depth (611 3) 6' de th 5 VF 2~J1) r $D~ Unit Price In Words AA C 502.10.4 Sanita Sewer Service d I I 19 EA 2`D~ ^ $ Unit Price In Words 57 k rS .502.12.4 Core into Existing Manhole 1 EA 2v~0CD $ 3 OTSD Unit Price In Words S W5 803.3 4-18" Well Graded Grouted Rock Rip Rap 75 SY 0 $ Unit Price In Words kA,,V ~ dA I [A SS01 Cut and Plug Existing Sewer Lines 3 EA i bl7ti $ - Unit Price in Words 04-40 dye- S802 Abandon Manhole 13 EA 1 Db _ $ - .Unit Price In Words SS03 Remove Existing Manhole 6 EA v D $ r, Jfn 7 Unit Price In Words LA~VV Arlrrs 7,Lc~ 5SO4 24" Aerial Crossing 1 LS ZJ` wD $ Q51 VDb Unit Price In Words -K4 rj&M o_J V_.i,o C e- P-8 Project Name: US 380 Utility Relocations Calendar Days 270 Bid No. 5190 P.O. No. BID TABULATION SHEET G 504.5:A Concrete Encasement 159 LF a- $ 7 ~J Unit Price in Words. l~Gl.fS u vv ce4,. T 504.5-B Flowable Fill Pipe Embedment 852 LF ~J $ 2 a2D Unit Price In Words I V GK'S SUBTOTAL WASTEWATER $ (Zgaf 6 t-1 103.3 Suret Bonds 11 II II 1 LS ~p Opp $ L~D .0190` Unit Price In Words Y S d D 6l Q?S -a" ul~ 203.3 General Site Preparation 1 LS so Don $ D - Unit Price In Words vfiV~ S l ~►'S ~i''~ ~'~5 801 Barricades, Signs, and Detours ` , . 1 LS ~ DO $ 5 0 01D ~ Unit Price In Words U trs a TOTAL BASE BID "B" WASTEWATER $ l '3~0 3 69~ TOTAL BASE BID "A" WATER + TOTAL BASE BID "B" WASTEWATER = TOTAL BID $ 3 L P-9 BID SUMMARY TOTAL BASE BID "A" WATER PRICE DV WORDS -Ko v rvn K Iti Y !F3 ads 1 y w u SA,y1 i W n 6^. 606 9&V t F'r6 &6~ AA1(S TOTAL. BASE BID "B" WASTEWATER PRICE IN WORDS QMe. YVi l Vi 04A 'WMU e- ze-rv UAs s_x~~1n~~~usa.►-►d w ~,~,r~,r~d v14 ys c, TOTAL BASE BID "A" WATER + TOTAL BASE BID "B" WASTEWATER= TOTAL BID PRICE IN WORDS 4-K►re e- K6 11 4u.r kq-,,nAY-eJ -Rw 1 Y, ja-v v IM In V AWAY-6Pd V .yc~t/1 Sep i b IQ,r 2P~ G T 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 fiffilment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. 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. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.0 1, "s P-10 Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No.1 dated Z(Z& IS Received IG~ Addendum No. 2 dated Received Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received NoK-tL `re- 4S KL C07! / BY 7-Q~iLI F'k s i Lt er, i V l c L PresrAewf- q s l-e 2aa_o~ Street Address City and State Seal & Authorization (if a Corporation) S ~'5VO Telephone P-11 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A below must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached- Non-resident bidders in (give state), our principal place of business, are not required to underbid resident bidders. / B. Our principal place of business or corporate offices are in the State of Texas: V BIDDER: 0r ( L' CAMP BY Street Address &Ue*,-rc)eI.S -7(oZ4e) City and State THIS FORM MUST BE RETURNED WITH YOUR BID. P-12 CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the Contract Amount is divided as follows: 0 Materials incorporated into the Project $ 2►'`~ 12~ (resold to the Owner as defined in Tax Code) 0 All other charges and costs $ I + o 3q'a o q Total $ 1 "7 The total must equal the total amount of the Contract. CONTRACTOR: No (-(-k TeXa s . VI ~ Vic Cow BY -Za ~ :FkS l U Pr. Street Address City and State TAUS FORM SHALL BE EXECUTED AT THE TIME OF EXECUTION OF THE CONTRACT AND SHALL BE MADE A PART OF THE CONTRACT. P-13 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Date Recelved by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not laterthan the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. NIA - z F-1 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. NIA Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176,001(1-a), Local Government Code. Attach additional pages to this Form CIO as necessary. A. Is the local government officer named In this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes © No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction-of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes E0 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes F71 No D. Describe each employment or, business relationship with the local government officer named in this section, 4 Signa of person doing busin with the governmental entity Da Adopted 06129/2007 NORTH TEXAS CONTRACTING COMPANY PROFILE PHYSICAL ADDRESS: 4999 Keller Haslet Road Keller, Texas 76248 MAILING ADDRESS: P.O. Box 468 Keller, Texas 76244 PHONE: 817-430-9500 FAX: 817-430-9207 A/P CONTACT: Linzey Tweed OFFICER: Jay M. Louy, President Zach Fusilier, Vice President TYPE OF CONSTRUCTION: Utilities, Earthwork & Concrete TYPE OF ENTITY: Corporation (Texas) BUSINESS ESTABLISHED: 1990 FEDERAL ID#: 75-2337696 BONDING AGENT: AON Risk Services 2711 North Haskell Avenue Dallas, Texas 75204 214-989-2194 (Jerry Rose) SURETY: Arch Insurance TRADE & CREDIT REFERENCES Barnsco Ferguson Dallas, Texas Dallas, Texas Jeff Barnes, Owner Ryan Moore P - 214-352-9091 P-214-507-4896 F - 214-352-7020 Rebcon Texas Construction Supply Dallas, Texas Dallas, Texas Rick Burgett, Owner Josh Roberts, Owner P - 972-444-8230 P - 214-213-4776 F - 972-444-8234 NORTH TEXAS CONTRACTING EQUIPMENT LIST 1 - CAT 365 EXCAVATOR (150,000 lbs) 1 - CASE 470x EXCAVATOR (150,000 lbs) 3 - CASE 460X EXCAVATOR (104,000 lbs) 5 - KOMATSU PC 400 EXCAVATORS (100,000 lbs) 6 - KOMATSU PC 308 EXCAVATORS (75,000 lbs) 1- VOLVO 330 EXCAVATOR (75,000 lbs) 2 - KOMATSU PC 270 EXCAVATORS (65,000 lbs) 2 - KOMATSU PC 228 EXCAVATOR (55,000 lbs) 1 - KOMATSU PC 200 EXC W/ BKR (50,000 lbs) 2 - LINKBELT 135 EXCAVATOR (35,000 lbs) 2 - CASE 21OX EXCAVATORS (41,000 lbs) 2 - KOMATSU PC 5 8 EXCAVATORS (11,000 lbs) 1 - CASE 721 WHEEL LOADER (32,000 lbs) 1 - KOMATSU 350 WHEEL LOADER (31,000 lbs) 3 - CAT 928 WHEEL LOADERS (25,000 lbs) 6 - CASE 621-B/D WHEEL LOADERS (25,000 lbs) 10 - KOMATSU 250-5 WHEEL LOADERS (25,000 lbs) 1 - KOMATSU 180 WHEEL LOADER (20,000 lbs) 6 - CAT 563E SHEEPFOOT COMPACTORS (25,000 lbs) 12 - I/R SD40/45 SHEEPFOOT COMPACTORS (11,000 lbs) 2 - DOUBLE DRUM ASPHAULT ROLLERS 9 - CASE 580 L/M BACKHOE-LOADERS 2 - CASE 570 LXT BOX BLADE-LOADER 5 -CASE 1845/60XT/410/430 SKIDSTEER UNILOADERS 1 - CASE 850 CRAWLER DOZER 1 - CAT 953C CRAWLER LOADER 1 - CAT D5 DOZER 1 - PETERBUILT 12 YRD DUMP TRUCK 1 - KENWORTH HAUL TRUCK W/ 60 TON LOWBOY TRAILER 1 - MACK HAUL TRUCK AND 60 TON LOWBOY TRAILER 1 - DODGE 5500 TRUCK WITH 30 FT GOOSENECK TRAILER 12 - 1500 GALLON WATER TRUCKS 1 - CAT 2,500 GALLON WATER WAGON 39- TRENCH BOX ASSEMBLIES NTC ORGANIZATIONAL CHART W/ PROJECT PERSONNEL Name: Jay Louy Job Title: President Degree: Civil Engineering, Northern Arizona Job Duties: Oversees all construction while handling all financial matters Name: Zach Fusilier Job Title: Vice President Degree: Construction Science, University of Texas at Arlington Job Duties: Manage company operations, contractual negotiations, estimate projects as well as overall company coordination, etc... Name: Jarvis Ward Job Title: Senior Project Manager/ Chief Estimator Degree: Engineering Design, Angelina College Job Duties: Estimate projects and handle administrative duties with project such as submittals, RFI's, payment applications, subcontractor coordination, etc... Name: Andrew Rolph Job Title: Field Operations Manager Degree: Construction Science, Texas A & M University Job Duties: Handle crew assignments, monitors production and cost on projects, manages logistics of equipment, supervises field workforce Name: Andy Nord Job Title: Project Manager/ Estimator Degree: Civil Engineering, Colorado School of Mines Job Duties: Estimate projects and handle administrative duties with project such as submittals, RFI's, payment applications, subcontractor coordination, etc... Name: Natalie Gregory Job Title: Project Manager/ Estimator Degree: Construction Science, Texas A & M University Job Duties: Estimate projects and handle administrative duties with project such as submittals, RFI's, payment applications, subcontractor coordination, etc... Name: Kathryn King Job Title: Project Manager/ Estimator Degree: Math/Physics, Texas Wesleyan University Job Duties: Estimate projects and handle administrative duties with project such as submittals, RFI's, payment applications, subcontractor coordination, etc... Name: Danny Thompson Job Title: Concrete General Superintendent Job Duties: Specializes in concrete construction. Will provide technical expertise while using past experience to push the job construction pace. Manages and handles manpower for concrete placement and preparation. Name: Craig Benckendorf Job Title: General Utility Superintendent Job Duties: Specializes in utility construction. Will provide technical expertise while using past experience to push the job construction pace. Manages and handles manpower for utility installation. Name: Mike Bradford Job Title: Utility Superintendent / Quality Control Job Duties: Specializes in utility construction. Will provide technical expertise while using past experience to push the job construction pace. Manages and handles manpower for utility installation. Name: Randy Towles Job Title: Equipment Manager Job Duties: Responsible for inspecting job sites for safety issues while enforcing NTC policies such as hard hats or proper grounding. Also handles equipment maintenance and coordination of NTC owned dump trucks for earthwork. Name: Josh Hodsdon Job Title: Utility Project Manager Degree: Civil Engineering, Colorado School of Mines Job Duties: Monitor materials, coordinate utility schedule, main source of communication between contractor and owner. Name: Gary Bihary Job Title: NTC Safety Inspector Job Duties: Ex. utility locates, trench safety plans, confined space entry permits, franchise utility coordination, PPE accountability awareness as well as all other aspects of safety, loss prevention and overall OSHA compliance. North Texas Contracting References Randy Walhood, City Engineer Bee Street - $ 1,976,000 City of Farmers Branch 13,000 SY - 10" Concrete Paving Farmers Branch, Texas 7,000 LF of 18" - 78" RCP Storm (972) 919-2589 5,000 LF of 12" - 6" Water & Sewer Marco Perez DFW Rehab Landside Pavement - $ 3,450,000 Project Manager 8,500 SY Rem & Repl 26" Concrete Paving DFW Airport Inside DFW Airport - Extensive Traffic Control 972-973-1853 apeTez@dfwairport.com Bill Stafford Melissa - 121 Regional Disposal Facility Project Manager $ 550,000 - Turnkey civil work wl paving & utilities North Texas Municipal Water District Custom fabric cover structures 972-442-5405 bstafford@ntmwd.com Lynn Poole DFW Corporate Aviation Road - $ 1,150,000 Project Manager New entry road to facility at DFW DFW Airport Turnkey demo, dirt, paving, utilities & traffic signals 972-973-1807 Done complete in 120 calendar days lpoole@dfwairport.com Danny Still, P.E. Custer Road Relocations - $ 6,240,000 City Engineer US 75 Utility & Paving Relocations - $ 1,165,000 City of McKinney Dudperkins Sewer & Paving - $ 865,000 972-547-7631 Extensive demo, paving, large utilities & traffic control dstill@l-nekinneytexas.org Michelle McCullough Southlake Drainage Improvements - $ 4,865,000 City Engineer Three neighborhood utility and paving upgrades City of Burleson Extensive flex base, subgrade stabilization & paving 817-426-9616 mmccullough@burlesontx.com (Formerly Southlake City Engineer) Clay Barnett Vitruvian Park Phase IIA - $ 6,465,000 - 26,000 SY 9" Paving City Engineer Ponte Avenue Paving - $ 465,000 - 1,900 SY - 8" Paving City of Sherman Spring Valley Road - $ 3,450,000 - 29,000 SY - 9" Paving clayb@ci.sherman.tx.us Vitruvian Park Phase IIB - $ 9,872,000 - 70,000 SF Concrete (Formerly Addison City Engineer) on 10 Acre park with large grading & utilities John Mears, PE Miller Road - $ 10,240,000 - 50,000 SY of 11" Paving Project Manager Murphy Road - $ 850,000 (NTC sub to Rebcon) Dallas County 214-653-6407 John.Mears@dallascounty.org Ulys Lane, PE Sublet Road Development - $ 3,365,000 Wier & Associates Engineering 40,000 SY concrete paving with full dirt and utility package Arlington, Texas (817) 925-0802 Steve Bell Lewisville ISD - 24 School Package Senior PM $ 4,350,000 - Turnkey earthwork package w/ 15,000 CY of Hunt Construction Group site & structural concrete poured in 3 month Summer period Dallas, Texas (972) 977-3216 Financial References Dennis Keys, Vice President Banking Representative Bank of Texas Dallas, Texas (972) 443-2813 Jerry Rose Bonding Agent Aon Risk Services Dallas, Texas (214) 989-2194 North Texas Contracting References Amjad Jaber NTTA - SH 121 Segment 4 Project Manager 16", 12" & 8" Water and Wastewater Mains WW Webber 972-542-3443 amjad.jaber@wwebber.com Jason Eiland NTTA - PGBT Section 28 Project Manager 10 x 8 Box Culvert (30' Deep), 18"-84" Storm Sewer WW Webber 214-226-9339 Jason-Eiland@hotmail.com Karl Keating TxDOT - 121/SW Parkway Section 3A Project Manager 6 x 5 Box Culvert, 5x4 Box Culvert, 18"-72" Storm Sewer WW Webber 214-869-1315 karl.keating@wwebber.com Eric Heggy TxDOT - IH 30 & Zion Road Project Coordinator 10'x 8' Box Culvert, 18" - 72" Storm Sewer, 16" HDPE Sewer Austin Bridge and Road 972-240-6200 ehe,-Oly@austin-ind.com Wayne Lee Irving - Sanitary Sewer Interceptor Engineer 48" Fiberglass Pipe, 27" Fiberglass Pipe City of Irving 972-721-2778 wlee@cityofirving.org Anthony Andrews DFW Hangar Drainage Modifications Project Manager DFW Terminal A Pad Mary Waste/Wash Water Relocations DFW Airport DFW Corporate Aviation Road 972-973-1864 aandrews@dfwairport.com Daryl Schauer DFW 17th Street Sanitary Sewer Replacement Project Manager DFW De-Icing / Southwest Holding Pad DFW Airport 817-401-8880 dscliauer@dfwairport.com Marco Perez DFW Rehab Landside Pavement Project Manager DFW Trituator Replacement DFW Airport 972-973-1853 aperez@dfwairport.com Danny Still, P.E. Custer Road Relocations Engineer 36" & 24" Sewer Lines City of McKinney 972-547-7631 dstill@mckinneytexas.org Bill Miller UPRR - Davidson Yard Project Manager 8'x 8' Box Culvert, 21' Arch Culvert WT Byler 281-445-2070 bmiller@wtbyler.com Randy Walhood Bee Street Improvements City Engineer 18" Sanitary Sewer, 18"- 66" Storm Sewer, Tx 3' Box Culvert City of Farmer's Branch 972-919-2588 randy. walhood@fann ersbranch. info John Mears, PE Miller Road Project Manager Murphy Road Dallas County 48" Sewer, 66" RCP, 8 x 4' Box culvert 214-653-6407 John.Mears@dallascounty.org Michelle McCullough Southlake Drainage Improvements Engineer 60" RCP City of Burleson 817-426-9616 mmccullough@burlesontx.com Clay Barnett Vitruvian Park Phase IIA & IIB Engineer Ponte Avenue Paving City of Shennan Spring Valley Road Widening clayb@ci.shennan.tx.us NORTH TEXAS CONTRACTING COMPLETED PROJECT LIST MUNICIPAL 1 OTHER PROJECTS JOB NAME CONTRACT AMOUNT DISTRICT FEDERAL EXPRESS PARKING $ 887,989.00 FEDERAL EXPRESS CEDAR HILL PARK $ 2,911,501.00 CITY OF CEDAR HILL FEDERAL EXPRESS PARKING II $ 972,756.00 FEDERAL EXPRESS COLLEYVILLE CITY PARK $ 5,036,019.00 CITY OF COLLEYVILLE ADDISON CIRCLE $ 1,118,546.00 CITY OF ADDISON MLK GOLF CENTER / PARK $ 4,963,180.00 CITY OF ARLINGTON WOMENS SHELTER $ 2,552,717.00 CITY OF ARLINGTON ADDISON PHASE II $ 422,366,00 CITY OF ADDISON POWER HOUSE BUSINESS PARK $ 907,685.00 CITY OF MCKINNEY KELLER TOWN CENTER $ 2,149,290.00 CITY OF KELLER CARSON STREET - TISEO PAVING $ 2,494,746.00 TXDOT GRANITE PARK $ 719,818.00 PRIVATE PROJECT NORTHLAKE BATCH PLANT $ 1,487,571.00 LACY CONCRETE DFW PEOPLE MOVER $ 6,627,166.00 DFW AIRPORT AOA UTILITY RELOCATES $ 1,828,200.00 DFW AIRPORT TERMINAL D MUDSLAB $ 1,214,800.00 DFW AIRPORT AA PARCEL BUILDING - DFW $ 660,643.00 AMERICAN AIRLINES MANSFIELD ALBERTSONS $ 2,644,103.00 ALBERTSONS TERMINAL F BUILDING $ 1,833,389.00 DFW AIRPORT KELLER SPORTS PARK $ 2,492,414.00 CITY OF KELLER TERMINAL D STRUCTURES $ 2,196,049.00 DFW AIRPORT SHAWNEE PARK $ 1,052,603.00 CITY OF PLANO UNIV. PARK UTILITIES $ 1,972,383.00 UNIVERSITY PARK KAUFMAN HIGH SCHOOL $ 1,374,968.00 KAUFMAN ISD UNIVERSITY PARK- H2O MAIN $ 650,000.00 UNIVERSITY PARK' MCKINNEY AVENUE $ 1,150,000.00 CITY OF DALLAS CRECENT WEST DEVELOPMENT $ 685,955.00 CITY OF DALLAS BELLAIRE HEIGHTS DRAINAGE $ 745,685.00 CITY OF GARLAND CUSTER TRANSFER STATION $ 873,000.00 N. TX. MUNICIPAL WATER WHEEL CHAIR RENOVATIONS $ 165,000.00 VA HOSPITAL - DALLAS ALLEN STATION PARK $ 5,850,000.00 CITY OF ALLEN ARBOR HILLS NATURE PRES. $ 1,368,552.00 CITY OF PLANO SUNNYVALE TOWN HALL $ 695,258.00 CITY OF SUNNYVALE KELLER POLICE STATION $ 385,654.00 CITY OF KELLER TEXOMA WASTE FACILITY $ 178,000.00 CITY OF WHITESBORO COPPEL / DALLAS COUNTY FH $ 368,000.00 CITY OF COPPELL MARSHALL BRANCH INTERCEPTOR $ 1,368,000.00 CITY OF KELLER COLUMBIAN CLUB PIPING $ 215,000.00 CITY OF CARROLLTON AZLE AVENUE / BOAT CLUB ROAD $ 428,955.00 CITY OF LAKE WORTH LAKE WORTH 2 MG ELEV. TANK $ 468,000.00 CITY OF LAKE WORTH VIA DEL NORTE IMPROVEMENTS $ 3,568,000.00 CITY OF MESQUITE JEFFERSON AVENUE SIPHON $ 1,050,653.00 TRINITY RIVER AUTHORITY LIMESTONE SUBDIVISION $ 565,850.00 HABITAT FOR HUMANITY CITY WATER IMPROVEMENTS $ 425,650.00 CITY OF HIGHLAND VILLAGE TOWN NORTH WATER LINES $ 615,250.00 CITY OF TERRELL ALVORD DAM PROJECT $ 133,200.00 US ARMY CORE OF ENGINEERS METROCREST SEWER REPAIR $ 74,057.00 CITY OF TERRELL STONERIDGE DRIVE $ 131,112.00 CITY OF BARTONVILLE NORTH TEXAS CONTRACTING COMPLETED PROJECT LIST MUNICIPAL / OTHER PROJECTS JOB NAME CONTRACT AMOUNT DISTRICT MURPHY ROAD $ 400,126.00 DALLAS COUNTY BLOOMDALE ROAD $ 222,745.00 COLLIN COUNTY LOVING BRANCH CHANNEL $ 174,124.00 CITY OF BARTONVILLE TEMPLE VA HOSPITAL ADDITION $ 318,798.00 VA HOSPITAL - DALLAS SKYLINE PARK - WATER LINE $ 223,942.00 ARGYLE WATER SUPPLY DIST. EAGLE FORD ADDITION $ 841,253.00 BUILDERS OF HOPE DENTON DRIVE $ 5,584,365.00 CITY OF DALLAS MCCOMMAS BLUFF LANDFILL $ 764,063.00 CITY OF DALLAS WALNUT CREEK SEWER $ 1,355,600.00 CITY OF FT. WORTH US HWY 377 - TXDOT $ 2,288,965.00 TXDOT SOUTHLAKE UTILITY RELOCATIONS $ 155,836.00 CITY OF SOUTHLAKE FURNEAX CREEK SEGMENT III $ 1,452,365.00 CITY OF CARROLLTON MILLER ROAD $ 9,584,725.00 DALLAS COUNTY WALNUT HILL SEWER REPLACE $ 210,658.00 TXDOT COPPELL INTERCEPTOR $ 136,500.00 TRINITY RIVER AUTHORITY NORTH 8TH STREET $ 733,871.00 CITY OF MIDLOTHIAN FIRE STATION STORM WTR PH 1 $ 1,865,942.00 CITY OF DALLAS WAGON WHEEL LANE $ 529,666.00 DALLAS COUNTY HURST VALVE REPLACEMENT $ 71,661.00 CITY OF HURST BNSF ETHANOL TANKS $ 514,371.00 BURLINGTON NORTHERN UNIV. PARK ALLEYS 2006 $ 1,513,445,00 CITY OF UNIVERSITY PARK BARTONVILLE STREET REPAIR $ 24,896.00 CITY OF BARTONVILLE UNICORN LAKE CONSPAN $ 237,500.00 CITY OF DENTON FIRE ARMS TRAINING CENTER $ 657,000.00 CITY OF ROCKWALL CITY HALL ADDITION $ 896,425.00 CITY OF UNIVERSITY PARK DEXHAM ROAD $ 1,988,525.00 CITY OF ROWLETT HWY 156 - BLUE MOUND ROAD $ 1,325,689.00 TXDOT ROWLETT ROAD $ 3,987,000.00 CITY OF ROWLETT POLICE STATION RENNOVATIONS $ 49,500.00 CITY OF UNIVERSITY PARK DALLAS FIRE RESCUE CENTER $ 22,598.00 CITY OF DALLAS DALROCK ROAD WATER REPAIR $ 32,993.00 CITY OF ROWLETT WATERVIEW GOLF COURSE $ 385,450.00 CITY OF ROWLETT SOUTHSIDE WWTR TREATMENT PLANT $ 156,000.00 CITY OF DALLAS FANNIN STREET $ 3,456,000.00 CITY OF ROCKWALL HURST PLAZA RECONSTRUCTION $ 385,000.00 CITY OF HURST DALLAS STORM INTERCEPTORS $ 350,000.00 CITY OF DALLAS FM-75 COLLIN COUNTY $ 485,000.00 TXDOT BOB JONES PARK- PARKING LOT $ 335,000.00 CITY OF SOUTHLAKE PLANO DALLAS NORTH TRUNK MAIN $ 1,455,000.00 CITY OF PLANO FRETZ PARK $ 325,000.00 DALLAS PARKS & REC DEPT. VALWOOD LIFT STATION $ 184,000.00 CITY OF FARMERS BRANCH NOTE: This is a partial list of projects NTC has completed. NTC will furnish a complete list upon request. NORTH TEXAS Date: February 28, 2013 To: Rebecca Diviney, P.E. City of Denton 901-A Texas Street Denton, Texas 76209 Re: Designated Safety Officer Ms. Diviney, North Texas Contracting has designated Mr. Gary Bihary as its Safety Officer for this project. Mr. Bihary has been a Safety Officer for North Texas Contracting since 2008 and has attended numerous OSHA training classes including the OSHA 10, 30 & 40 hour courses. Gary has also been certified as a competent person as well as successfully completed OSHA courses in confined space and trench safety. Mr. Bihary will perform safety inspections of the jobsite to identify and eliminate unsafe acts, hazardous conditions and enforce safety regulatory compliance. Please feel free to contact me should you have any questions. Sincerely, Zach Fusilier Vice President SUBSCRIBED, SWORN TO AND ACKNOWLEDGED BEFORE ME by the said Zach Fusilier on this the 28th day of February, 2013. ~/,rRY KATHRYN MARIE KING NOTARY PUBLIC Notary Publ , State of T s * * STATE OF TEXAS 12 1 13 MY COMM. EXP. 6.21.13 My Commission Expires: 5T OF 4999 Keller-Haslet Road Keller, Texas 76248 Phone (817) 430-9500 Fax (817) 430-9207 ..•4r NORTH TEXAS Date: February 28, 2013 To: Rebecca Diviney, P.E. City of Denton 901-A Texas Street Denton, Texas 76209 Re: OSHA Citation Explanation Ms. Diviney, North Texas Contracting has received four OSHA citations in our 22 years of being in business. Three of these have been received in the past four years. Each citation was immediately contested which was followed by an informal conference where a mutually agreeable settlement was obtained. No citations were taken to trial and all citations were reduced in their amount, reduced in their classification or removed in their entirety. In 2009 NTC received a citation for a waterline tie in excavation that was 7' deep where OSHA claimed the required 45 degree slope was actually 39 degrees. NTC disputed their data and eventually agreed to pay the small fine due to lack of evidence fiom either side. Citation was not willful or repeat. In 2010 NTC received a citation for multiple issues regarding a sewer project for the City of Garland where our firm was installing 27' deep sewer. OSHA contended we were not adequately dewatering, the ladders were incorrectly spaced and the sloping was incorrect. NTC contested all charges and at the infonnal conference agreed to reduce all the citations down to one repeat and two other than serious. None were willful and the fine was substantially reduced. In 2011 NTC received a citation on a City of Dallas project for three trench safety violations. NTC disputed all claims and in the informal conference showed OSHA the substantial back up we had regarding our employees and their actions. OSHA removed the repeat citations in their entirety and reduced the overall citation to one serious only. The fine was substantially reduced. Our firm utilizes over 20 utility crews and performs over 60 million dollars annually. We stress that safety is paramount and spend in excess of $ 200,000 per year on training and preventative maintenance for our crews. "We would welcome the opportunity to discuss our approach to safety in person should our historical data prove to be bothersome in any 4999 Keller-Haslet Road Keller, Texas 76248 Phone (817) 430-9500 Fax (817) 430-9207 NORTH TEXAS way. Please feel fiee to contact me should you have any questions. Sincerely, Zach Fusilier Vice President SUBSCRIBED, SWORN TO AND ACKNOWLEDGED BEFORE ME by the said Zach Fusilier on this the 28th day of February, 2013. 01 PC. KATHRYN MARIE KING * * STATE OF TEXAS MY COMM, F.XP 641-13 Notary Publ , State of xas My Commission Expire 4999 Keller-Haslet Road Keller, Texas 76248 Phone (817) 430-9500 Fax (817) 430-9207 Inspection Detail Page 1 of 1 ~ ~ ~ I SEARCH; A to Z Index I En espa8ol I Contact Us I FA¢s I About OSHA OSHA 9 i Newsletter RSS feeds Print'1'his Page Is 0'1'ext Sim, Was this page helpful? O~s+a:tolrlef~y &edEi Atirrg Nil D~Yi ew p Training Publications Newsroom"'r bat's _ Offices Small OSHA Inspection: 314182247 - North Texas Contracting, Inc. Inspection Information - Office: Dallas Nr:314182247 ReportID:0626300 Open Date: 04/19/2011 North Texas Contracting, Inc. 2101 South Buckner Dallas, TX 75227 Union Status: Nonunion SIC: 1794/Excavation Work NAICS: 238910/Site Preparation Contractors Mailing: 4999 Keller Haslet Road, Keller, TX 76248 Inspection Type: Planned Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 04/19/2011 Planning Guide: Safety-Construction Close Case: 10/07/2011 Emphasis: L:Constr6,S:Trenching Optional Information: Type ID Value N 1 314182247 N 6 123456 Violation Summary Serious Willful Repeat Other Unclass Total Initial Violations 1 2 3 Current Violations 1 1 Initial Penalty 6930 27720 34650 Current Penalty 7000 7000 FTA Amount Violation Items # ID Type Standard Issuance Abate Curr$ Init$ Fta$ Contest LastEvent Deleted 1. 01001 Serious 19260651 E 09/06/201109/14/2011 $0 $6930 $0 I - Informal Settlement Deleted 2. 02001 Repeat 19260651 C02 09/06/201109/14/2011 $0$13860 $0 I - Informal Settlement 3. 02002 Serious 19260652 A01 09/06/201109/14/2011 $7000 $13860 $0 I - Informal Settlement Freedom of information Ad I privacy & Security Statr_ment I Oisdainles I Customer &nvey I Imxrtant Web Site Noticcs I International I Cnncx_* Us U.S. Oepartment of Labor 10aupatlonal Safety & health Atiminlstratlon 1 200 Constitution Ave„ NW, Washington, DC 20210 Telephone: 800-321-OSHA (6742) 1 TTY: 877-089-5627 www.OSHA.gov Inspection Detail Page 1 of 1 I_ I c A to Z Index I En espanol I Contact Us I FAQs I About OSHA OSHA "Newsletter L,RSS FeedS a Print T his Page 0 Text Si2•x Was this page helpful? _ . --what's New QQ61>i~et10 Ti9t)r2[ $tei A[(1ilCbNi D0Eis~{3 Training Publications Newsroom Offices . _ _ . Small Business OSHA Inspection: 312126790 - North Texas Contracting, Inc. Inspection Information - Office: Dallas Nr: 312126790 Report ID:0626300 Open Date: 03/03/2010 North Texas Contracting, Inc. E I-30 Service At Marina Dr. Garland, TX 75043 Union Status: NonUnion SIC: 1623/Water, Sewer, Pipeline, and Communications and Power Line Construction NAICS: 237110/Water and Sewer Line and Related Structures Construction Mailing: 4999 Keller Haslet Rd., Keller, TX 76244 Inspection Type: Planned Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 03/03/2010 Planning Guide: Safety-Construction Close Case: 03/20/2012 Emphasis: L:Constr6,N:Trench,S:Commercial Constr,S:Trenching Optional Information: Type ID Value N 1 312126790 N 6 123456 Violation Summary Serious Willful Repeat Other Unclass Total Initial Violations 2 1 3 Current Violations 1 2 3 Initial Penalty 4500 6000 10500 Current Penalty 6000 2000 8000 FTA Amount Violation Items # ID Type Standard Issuance Abate Curr$ Init$ Fta$ Contest LastEvent 1. 01001 Other 19260651 C02 06/08/2010 06/16/2010 $1000 $1500 $0 07/01/2010 F - Formal Settlement 2. 01002 Other 19260651 H0106/08/2010 06/16/2010 $1000 $3000 $D 07/01/2010 F - Formal Settlement 3. 02001 Repeat 19260652 A01 06/08/2010 06/16/2010 $6000 $6000 $0 07/01/2010 F - Formal Settlement Fi mlom of Information Act I Prlvaey & 5ecurlty stetement I Disclaimers I Cusrnmer Survey I Important Web Site Notices I International I C.ontaci U5 U.S. Department of Labor I Occupational Safety & Health Administration 1200 Constitu0on Ave., NW, Washington, DC 20210 Telephone: 804321-OSHA (6742) I M:877-889-5627 www.OSHA.gov Inspection Detail Page 1 of 1 `I I A to Z Index I En espanol I Contact Us 1 FAQs I About OSHA OSHA 'S ` + Newsletter >URSS Feeds Print 'T'his Page 0 01'ext Si7 Was this page helpful? e~; &eWmAh AC:iTt~aikot n De s elp Training Publications Newsroom What's New C~G61~ratf0lV~ r Wet . _ Offices Small Business OSHA Inspection: 312121429 - North Texas Contracting, Inc. Inspection Information - Office: Dallas Nr: 312121429 Report ID:0626300 Open Date: 06/04/2009 North Texas Contracting, Inc. 1444 N Central Expressway Mckinney, TX 75070 Union Status: NonUnion SIC: 1623/Water, Sewer, Pipeline, and Communications and Power Line Construction NAICS: 237110/Water and Sewer Line and Related Structures Construction Mailing: 4999 Keller Haslet Rd, Keller, TX 75249 Inspection Type: Planned Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 06/04/2009 Planning Guide: Safety-Construction Close Case: 09/30/2009 Emphasis: L:Constr6,S:Trenching Optional Information: Type ID Value N 1 312121429 N 6 123456 Violation Summary Serious Willful Repeat other Unclass Total Initial Violations 1 1 Current Violations 1 1 Initial Penalty 2100 2100 Current Penalty 1260 1260 FTA Amour Violation Items # ID Type Standard Issuance Abate Curr$ Init$ Fta$ Contest LastEvent 1. 01001 Serious 19260652 A0107/15/2009 07/21/2009 $1260 $2100 $0 I - Informal Settlement re_dom of Infonnauon Act I 'r'rivacy lti Sa~udty Sbtemerr. I D*1clalmer5 I Custnlner Survey I importmt Web SAe Notices I Int'ernadonal I Contact Us U.S. Department or Labor 1 Daupatlonal Safety @ Health Administration 1 200 ConstlWUon Ave., NW, Washington, DC 20210 Telephone: 800-321,0SHA (6742) 1 TTY: 877-889-5627 www.OSHA.gov