Post on 08-Jan-2020
MEADOW PARK
BASKETBALL COURT
(RFP)
DOCUMENTS,
SPECIFICATIONS AND DRAWINGS
August 2017
Prepared by
JONES & ASSOCIATES Consulting Engineers
Tremonton City Corporation
Page 1
TREMONTON CITY CORPORATION
REQUEST FOR PROPOSALS
INSTRUCTIONS
Meadow Park Post Tension Concrete Basketball Court
August 2017
Due: Tuesday, September 5, 2017 @ 12:00 p.m.
TREMONTON CITY CORPORATION Attn: Linsey Nessen, City Recorder
102 South Tremonton Street Tremonton, Utah 84337 Phone: (435) 257-9500
Email: lnessen@tremontoncity.com
Page 2
TABLE OF CONTENTS
for
REQUEST FOR PROPOSALS
TREMONTON CITY MEADOW PARK POST TENSION CONCRETE BASKETBALL COURT
PAGES
Cover Page ..................................................................................................................... 1
Table of Contents ............................................................................................................ 2
Advertisement for RFP .................................................................................................... 3
Summary Sheet .............................................................................................................. 4
Request for Proposals ..................................................................................................... 5
Cost Summary .............................................................................................................. 10
Itemized Cost Schedule & Bidder Information ............................................................... 11
Technical Specifications ................................................................................................ 12
Exhibit “A” Insurance Requirements
Exhibit “B” References Sheet
Exhibit “C” Conceptual Drawings
Page 3
REQUEST FOR PROPOSALS MEADOW PARK POST TENSION CONCRETE BASKETBALL COURT
TREMONTON CITY CORPORATION Proposal Due Date: Sealed proposals will be received at Tremonton City Office, 102 South Tremonton Street, Tremonton Utah until 12:00p.m. on Tuesday, September 5, 2017. Project Description: Tremonton City is requesting proposals for the construction of a basketball court on a 70’ x 100’ post tension concrete slab. Construction of the court includes installation of (6) basketball standards, team logo, painting & striping. The project is located at Meadow Park (approx. 700 West and 800 South.). Completion of the Work: All work covered by the contract documents shall be completed on or before November 31, 2017. Contractor Selection: The selected contractor will construct the post tension concrete court and all associated items and work (Post Tension Concrete Contractor). The selection of this contractor is the purpose of this solicitation. Obtaining RFP Documents and Plans: All documents and plans associated with this Request for Proposals can be obtained at the office of the City Engineer (Jones & Associates), 1716 East 5600 South, South Ogden, UT 84403 OR via the engineer’s website at www.jonescivil.com. There is no cost for plans. However, any potential proposer must notify Jones & Associates in order to be added to the Plan Holders List and thus be notified of any addendums. Project Administration: All questions relative to this project prior to the opening of proposals, shall be directed to the Project Engineer. It shall be understood, however, that no specification interpretations will be made by telephone, nor will any "or equal" products be considered for approval prior to award of contract. Owner's Rights Reserved: The Owner reserves the right to reject any or all proposals and to make award in the interest of the Owner. Dated this 28
st day of August, 2017
By: Linsey Nessen Tremonton City Recorder Published: August 28
Page 4
SUMMARY SHEET
MEADOW PARK POST TENSION CONCRETE BASKETBALL COURT
TREMONTON CITY CORPORATION
1. Project Sponsor: Tremonton City Corporation (the City)
2. Location of Project: Tremonton Meadow Park, (approx. 700 West and 800 South.) Tremonton,
Box Elder County, UT
3. Requested Services: A qualified Contractor for the layout, design, and construction of post
tension concrete Basketball Court and associated items as outlined in this
RFP.
4. Preliminary Design: Shane K. Taggart, P.E., Project Engineer
Jones & Associates Consulting Engineers
1716 East 5600 South, South Ogden, UT 84403
Phone: (801) 476-9767
Email: shane@jonescivil.com
5. Proposal Due Date: 12:00 pm, Tuesday, September 5, 2017
6. Proposal Format: Three (3) hard copy sets and one electronic (.pdf) version of the proposal
are required (8 ½ x 11). Responses to this request will be made in
accordance with the guidelines and information provided herein. The
City will evaluate each proposal received based upon the evaluation
criteria shown in Section VI of this RFP. The City also reserves the right to
interview respondents or to request product demonstrations as part of the
proposal evaluation process and to reject any or all proposals.
7. Submit proposals to: Linsey Nessen, City Recorder
Tremonton City
102 South Tremonton Street, Tremonton, Utah 84337
Phone: (435) 257-9500
Email: lnessen@tremontoncity.com
Page 5
REQUEST FOR PROPOSALS
TREMONTON CITY CORPORATION
MEADOW PARK POST TENSION CONCRETE BASKETBALL COURT
I. INTRODUCTION
This Request for Proposal is intended to provide for the layout, design, and construction of new post tension
concrete Basketball Court located at Meadow Park, approximately 700 West and 800 South, in Tremonton
UT (see Exhibit “C” Drawings).
The site work required to prepare the site where the proposed court is to be located, including sprinkler
head relocation and adjustment, will be done by the City. The work to be performed as part of this proposal
is contained in the Scope of Work. All other work will be performed by the City, as required. The
dimensions of the post tension concrete slab are 70’ x 100’.
II. SCOPE OF WORK
The Facility will be built on City owned property located at Meadow Park, approximately 700 West & 800
South. Facility layout should follow the attached Site and Court Plan Drawings. It is understood that the
actual building area could be adjusted, based upon the recommendations of the contractor and staff
approval following the opening of proposals. In addition to the complete post tension concrete slab, the
proposal shall include all other items listed below.
Access to the site shall be allowed from 700 West. Temporary construction fencing may be required to
protect the project and others who may use the park during the construction process.
A complete set of construction plans will not be required at the time the proposals are received and
reviewed by the City. The successful contractor shall be responsible to provide complete construction
plans, stamped by a licensed engineer in the state of Utah after the project has been awarded. The
contractor shall provide the work necessary to construct the post tension concrete Basketball Court
complete, including the installation of basketball standards and painting. All work and materials necessary
to meet the project requirements as outlined in the Technical Specifications Section shall be included in the
submitted proposals. Please see the following general summary of work:
POST TENSION CONCRETE BASKETBALL COURT:
• Complete engineering and design of 70’ x 100’ post tension concrete slab and playing
surface (stamped by a Professional Engineer)
Page 6
• Minor site preparation to include furnishing and installing 2 inches of compactable base
material under slab and fine grading in order to match the slab’s finished surface elevations
(Construction Staking will be provided by the Owner)
• Construction of post tension concrete slab
• Surfacing of the concrete slab
• Painting of slab and striping court markings (colors to be chosen by Owner)
• Furnishing and installing Basketball standard, with a 72” clear backboard and 6” pole.
• Restoration of any improvements damaged during construction
III. OBJECTIVES AND TASKS:
1. Site layout - The successful contractor will need to visit the site prior to submitting a proposal
and make observations and judgements related to construction. Any concerns or need for clarification
should be brought up with the City prior to the proposal closing date.
2. Design - The detailed design will be completed by the successful contractor after the project
has been awarded, based upon any additional final parameters defined by the City. The successful
contractor must submit the final design and layout to the city staff for review. If needed, the city staff is
available to meet with the selected contractor in order to answer any last questions or clarifications prior to
finalizing the design. A preconstruction meeting will be needed prior to commencing work. At this
meeting all coordination items between the Post Tension Concrete Slab Contractor and the City will need to
be discussed.
3. Construction - The project will follow a detailed ‘design-build’ schedule. The Contractor will
submit a recommended time line for review by the City with the proposal. Compliance to the schedule is of
the utmost importance to the City.
4. Final Acceptance - It is anticipated that the Contractor will have their work complete so that the
Basketball Court are ready for use on or before November 31, 2017. Additional construction time may be
given consideration for bad weather days.
IV. QUALIFICATIONS OF RESPONDENTS
Respondents to this request shall be able to demonstrate ability to comply with the following minimum
requirements:
Page 7
A. The contractor must be able to show performance of work and provide references on (5)
five projects of similar size and scope during the past (5) five years (complete Exhibit “B”
References Sheet).
B. The contractor must be able to demonstrate the capabilities and background of qualified
personnel and firm profile.
V. REQUIREMENTS FOR PROPOSAL SUBMITTAL
A. A Letter of Introduction
B. The main body of the proposal must be limited to 5 printed pages, single or double spaced,
one side of the printed sheet only, in addition to appropriate brochures and equipment
submittals
C. The proposal must include the names, addresses, telephone numbers, and current
licenses of the Contractor
D. All key personnel that will be assigned to the project, and their anticipated involvement in
the project
E. Past projects that relate to similar city or government design/construction of a similar size,
scope, etc., and the name & telephone number of a contact person from that entity, who
will be familiar enough with the past project to give a reference (complete Exhibit “B”
References Sheet).
F. A statement of the Contractor’s abilities or attributes that will give an indication of the
expertise to complete the project on-time and on-budget
G. An itemized cost schedule with any cost breakdown information for the construction of the
Basketball Court
H. A detailed time-line schedule for the completion project
I. The contractor shall provide at the contractor’s expense insurance as outlined in Exhibit “A”
for said contractor and employees in connection with their work under this contract **
Page 8
J. The contractor shall indemnify and hold harmless the City and others as listed against and
from all liability, claims, damages, demands and cost, including attorney fees of every kind
and nature and attributable to bodily injury, sickness, disease or death or to damage or
destruction of property resulting from or in any manner arising out of or in connection with
the project and the performance of the work under this contract **
** Items I & J regarding insurance only apply to the winning contractor. Insurance is not
needed with the submission of the proposal.
VI. EVALUATION PROCEDURE / CRITERIA FOR SELECTING CONTRACTOR
Since the Proposal’s reliability is essential to the City's planning and budgeting, selection of the proposal
will not be based solely on cost. A panel consisting of the City Administrator, the City Engineer, Public
Works Director, and others as invited will evaluate each proposal submitted prior to selecting the successful
contractor. The panel will make the selection based mainly but not entirely on the following criteria.
CRITERIA:
1. Qualifications & Direct Experience – Includes performance and references (including the
specific personnel listed) for similar size and scope of projects (see Exhibit “B” References
Sheet).
2. Compliance with the requirements of this Request for Proposal.
3. Proposed construction schedule.
4. Cost.
NOTE: The Proposal should be clear, concise, and refrain from extensive narrative. It shall provide an
understanding of the Contractor’s ability to supply a satisfactory product in the time frame and costs
required. Additional communication with the contractors may be initiated by the panel prior to final
selection.
VII. AUTHORIZATION TO BEGIN WORK
The selected provider of these services will be given a written Notice of Award within thirty (30) days
following receipt of proposals or all proposals will be rejected. A Contract Agreement for providing the
work will accompany that notice and the Contractor shall sign and return the Contract Agreement to the City
within ten (10) days of receiving the Notice of Award along with the required bonding and insurance.
Within ten (10) days following the receipt of the signed Contract Agreement, a Notice to Proceed will be
issued to the Contractor to begin the work.
Page 9
Following receipt of the Notice to Proceed, the Contractor shall meet with the City to review the design
parameters, material submittals, contract requirements and the time line for completion of the project. A
final, detailed construction plan will be submitted to the City following this meeting and a preconstruction
meeting will be held prior to commencing work.
Page 10
COST SUMMARY
TREMONTON CITY
MEADOW PARK POST TENSION CONCRETE BASKETBALL COURT
The undersigned bidder, having examined and determined the scope of the Request for Proposals, hereby
proposes to perform the work described herein for the following lump sum amounts.
PROPOSAL
1. Engineering and Design $_________________
2. Construction $_________________
TOTAL AMOUNT: $_________________
ALTERNATE COST SAVING OPTIONS
3. Cost saving alternative(s) proposed:
(To be used at the discretion of the City) $_________________
Describe the “cost saving alternative(s)” listed above in detail. Break out items individually with costs if
necessary.
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
____________________________________________________________________________________
___________________________________________________________________________________
ITEMIZED COST SCHEDULE & BIDDER INFORMATION
**Please submit detailed cost information for items 1 and 2 on a separate sheet.
Notes:
1. Proposals shall include sales tax and all other applicable taxes and fees.
2. All proposals shall be checked for errors. If errors are made, unit prices shall govern and corrections
will be made according to the unit price and totals will be revised to reflect the corrections.
The undersigned Bidder certifies that this proposal is made in good faith, without collusion or connection
with any other person or persons bidding on the work.
Respectfully submitted:
_______________________________________ _____________________________________
Contractor Contractor's License #
By: ______________________________ ______________________________________
Title
_______________________ ___________________ ______________ ____________
Business Address City State Zip Code
____________________ ___________________ ________________________________
Business Phone Business Fax Email Address
TECHNICAL SPECIFICATIONS
SECTION 1.1
REINFORCED POST-TENSIONED CONCRETE BASKETBALL COURT CONSTRUCTION
1.1.1 GENERAL REQUIREMENTS:
A. Scope
The contract work to be performed under this specification consists of furnishing all of the required labor, materials, equipment, implements, parts and supplies for the Meadow Park Basketball Court Project in Tremonton, UT in accordance with the Specifications and Drawings.
B. Standards
The work shall be done in a thorough, workmanlike manner by contractors of the American Sports Builders Association (ASBA) and Post Tension Institute (PTI) and shall conform to their standards for basketball court construction. Contractor shall have an ASBA Certified Tennis Court Builder and PTI Certified Field Technician and Inspector on staff. Proof of certification shall be required of successful bidder.
All steel tendon installation, concrete work and stressing of tendons shall be done by selected contractor (no part of work to be subcontracted). This provision intent is to provide continuity and one source responsibility for the integrity of the post-tensioned slabs.
C. Guarantee
The Contractor shall guarantee the work against defective materials or faulty workmanship for a period of (2) years and that the colored surface will not wear through for a period of two (2) years from date of completion.
1.1.2 SITE PREPARATION: PART 1 – DESCRIPTION OF WORK
The contract work to be performed under this section consists of furnishing all required labor, materials, equipment, complements, parts and supplies necessary for, or appurtenant to the site preparation, and grading of play courts (basketball) in accordance with these specifications.
PART 2 – MATERIALS
2.1 Fine Grade Material
Fine grade base material shall be an approved compactable base material capable of a consistent uniform plane.
PART 3 – EXECUTION
3.1 Subgrade
The area will be graded to the required depth to accommodate the base and concrete thickness and provide a uniform one percent (.83-1%) slope at plus or minus one tenth of a foot (+.1”) in one plane. All fills will be placed in six-inch (6”) layers and will be compacted to ninety percent (90%) standard density at optimum moisture. The contractor will alert the owner of any “soft spots:” or structures that could affect the stability of the slab.
The site preparation will be done so as to provide positive drainage away from the play courts.
3.2 Fine Grade
The base material shall be placed with automatic laser-regulated equipment capable of providing a true plane to plus or minus one-quarter inch (+1/4”). The depth of the fine grade base material shall be sufficient to develop one-quarter inch (1/4”) accuracy.
1.1.3 COURT PAVING:
PART 1 – DESCRIPTION OF WORK
The contract work to be performed under this section consists of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, the construction of a five inch (5”) thick post-tensioned concrete slab, or as designed otherwise.
PART 2 – MATERIALS
2.1 Tensioning Cables and Anchors
Post-tensioning strands and anchorages shall conform to the “PTI Guide Specifications for Post-tensioning Materials”.
The tensioning strands shall consist of one-half inch (1/2”) diameter, 7-wire, stress relieved strands, having a guaranteed ultimate tensile strength of 270,000 PSI (270 Kips). Strands shall conform to ASTM-416. Cables shall be fabricated to proper length for each slab, coated with a permanent rust preventative lubricant and encased in slip-age sheathing shall be repaired with tape prior to concrete placement. A maximum of six inches (6”) exposed strands is permitted at the dead-end anchor.
2.2 Concrete Compressive Strength
The concrete shall have a compressive strength of not less than 4,000 PSI after twenty-eight (28) days. Ready-mixed concrete shall be mixed and delivered according to ASTM C-94 specifications for ready-mixed concrete with a three to five inch (3-5”) slump. Mix design as follows: cement – type 2, six sack (or achieving minimum of 4000 PSI), air entrainment 4–6.0% water/cement ratio –.45 or less.
PART 3 – EXECUTION
3.1 Forming
Forms shall be accurately set to the lines and to plus or minus one-quarter inch (+1/4”) of finished grades indicated on drawings and be securely staked to prevent settlement of movement during placement of concrete. Forms shall remain until concrete has taken final set.
3.2 Tensioning Cables and Anchors
All cables shall be supported on chairs and loosely tied two inches (2”) high at all intersections (too tightly tied, tendon friction will increase when tensioning) to prevent vertical and horizontal movement during concrete placement. Strands shall be placed as engineered. See drawing details for cable spacing.
The perimeter beam cross section is 12” X 12”. The cables are anchored approximately 4” down from the surface of the slab. Two #4 rebar continuous lies longitudinally around the court beam directly inside the cable anchor on top of the cables. Overlapping should be a minimum of 30 diameters.
After the forms are removed and the concrete has set to a minimum of 1,700 PSI, the “half stress” tensioning procedure may begin. Approximately one (1) week later, each tendon may be tensioned to a maximum of eighty percent (80%) ultimate breaking strength, and anchored a minimum of seventy percent (70%) ultimate breaking strength.
Ultimate Breaking Strength 80% 70% 41,300 33,000 28,900
The cable ends shall be cut off and cone holes grouted flush with edge of slab. Grout shall be non-shrink grout.
3.3 Joints
See plans for location if necessary.
3.4 Placing
A full court shall be placed in one (1) continuous operation. The five inch (5”) thick slab will be placed with a sixty foot (60’) mechanical screed or laser screed capable of providing a surface to + ¼” in 10’ at a 1% slope.
Note: Finish surface shall not have a water-holding area greater than 1/8” deep (cover a nickel). This is to be determined by flooding the court with water, allowing it to drain for one hour on a 70-degree or warmer day.
3.5 Curing
To be determined by the Acrylic Court surface product manufacturer. 1.1.6 PLAY COURT RESURFACING (COLOR METHOD ONLY)
(For post-tensioned concrete courts) PART I - GENERAL
1.1 Description of Work
The contract work to be performed under this section consists of furnishing all required labor, materials, equipment, implements, parts and supplies necessary for, or appurtenant to, the colored/textured surfacing of play courts (basketball) in accordance with these
specifications.
1.2 Quality Assurance
The work shall be done in a thorough, workmanlike manner. Contractor references for five similar, successfully executed projects will be required. Contractor shall be member contractors of the American Sports Builders Association, and will have a Certified Tennis Court Builder on staff.
1.3 Limitations
Application temperature shall be a minimum of 60˚F, and surface temperature not above 130˚F. Do not apply when surface is wet or if rain is imminent or forecast, or if night time temperatures are to be lower then 45˚F. Keep from freezing. Do not store in direct sunlight for an extended period of time. Container shall be closed when not in use.
1.4 Warranty
The contractors guaranty their respective work against defective materials or faulty workmanship for a period of one year from the date of completion, and that the colored surface will not wear through for a period of two (2) years.
PART 2 - MATERIALS
2.1 Primer
Prime coat if required shall consist of a mixture of 100% acrylic latex, diluted 1:4 with water.
2.2 Acrylic Resurfacer
Acrylic resurfacer coats shall consist of the following mixture: 55 gals. World Class Acrylic Resurfacer Concentrate 400 lbs. Silica Sand 18-23 gals. Water (fresh and potable)
2.3 Acrylic Color
The acrylic color applications for a slow tennis surface will consist of two (2) coats of the following mixture:
55 gals. World Class Acrylic Color Concentrate 400 lbs. Washed Silica Sand, #50 18-23 gals. Water (fresh and potable)
Color Selection: Playing Area: TBD Perimeter Area: TBD
2.4 Playing Lines
Playing lines shall be painted on using World Class Athletic Surfaces white, acrylic latex line paint.
2.5 Manufacturers
World Class Athletic Surfaces, P.O. Drawer 152, 817 North Broad Street, Leland, MS 38756, or equal.
PART 3 - EXECUTION
3.1 Surface Preparation
Prior to the surfacing applications, the concrete shall be thoroughly cleaned (if needed) by the use of a power broom or power washer.
3.2 Acid Etching
If a compatible sealer is not used on the concrete, the concrete surface must be etched with muriatic acid, diluted with water at one part acid to ten parts water (always pour acid into water). Keep surface moist ahead of acid etching procedure. Brush acid into surface with a stiff broom. Acid solution should foam when poured onto concrete. Scrub surface to remove all dirt, as acid will not affect dirt. Flush surface thoroughly with water after acid solution stops foaming. Do not allow the acid etching mixture to dry on the surface.
3.3 Prime Coat
Prime coat shall be applied when acid-etching is required. The primer shall be applied with a stiff broom immediately following the acid etching procedure, when the surface has dried. Primer shall not be allowed to puddle.
3.4 Acrylic Resurfacer
The mixture will be agitated in a one hundred (100) gallon paddled mortar mixer so as to provide a consistent and homogeneous solution. The mixture will be applied over the entire court surface with a twenty-four inch (24”) to thirty-six inch (36”) rubber-tipped squeegee. The resurfacer coat(s) shall provide a uniform surface, with no ridges. One coat shall be applied, and further coats will be applied if necessary to provide for a uniform surface.
3.5 Acrylic Color
The mixture will be agitated in a one hundred (100) gallon paddled mortar mixer so as to provide a consistent and homogeneous solution. The mixture will be applied over the entire court surface using a twenty-four inch (24") to thirty-six inch (36”) rubber-tipped squeegee. The color is to be free of ridges and uniform. Refer to Part 2.3 for number of applications and court color selection.
3.6 Playing Lines
Playing lines two inches (2") wide will be accurately located and marked by snapping a chalk line and placing one inch (1") masking tape guides, using a line taper. Latex acrylic line paint will be brushed on to provide a uniform line. The lines shall have clear definition and ragged lines will not be accepted.
"EXHIBIT A"
INSURANCE REQUIREMENTS FOR
PARTIES CONTRACTING WITH TREMONTON CITY
FOR: GENERAL CONTRACTOR SERVICES
Contracting party shall procure and maintain for the duration of the contract insurance against claims for
injuries to persons or damage to property that may arise from or in connection with the performance of the
work hereunder by the contracting party, his agents, representatives, employees or subcontractors. The
cost of such insurance shall be included in the Contracting party's proposal.
A. MINIMUM LIMITS OF INSURANCE
Contracting party shall maintain limits as set forth in the Agreement, but in no event less than:
GENERAL LIABILITY: $1,000,000 combined single limit per occurrence, personal injury and property
damage. $2,000,000 aggregate Broad From Commercial General Liability is required. (ISO 1993 or
better) "Limits to apply to this project individually".
AUTOMOBILE LIABILITY: $2,000,000 per occurrence. "Any Auto" coverage is required.
WORKERS' COMPENSATION and EMPLOYERS LIABILITY: Workers' compensation statutory limits as
required by the Workers Compensation Act of the State of Utah and Employers Liability limits at a minimum
of $100,000 per occurrence.
PROFESSIONAL LIABILITY COVERAGE: $1,000,000 combined single limit per claim, $2,000,000
aggregate.
B. DEDUCTIBLES AND SELF-INSURED RETENTIONS
Any deductibles or self-insured retention, exceeding 5% limit of policy, must be declared to and approved
by Tremonton City, either; the insurer may be required to reduce or eliminate such deductibles or
self-insured retention as respects Tremonton City, its officers, official and employees; or the contracting
party may be required to procure a bond guaranteeing payment of losses and related investigations, claims
distribution and defense expenses.
C. NOTICE OF INCIDENT OR ACCIDENT
Contracting party shall agree to disclose to Tremonton City, all incidents or occurrences of accident, injury,
and/or property damage covered by the insurance policy or policies.
D. OTHER INSURANCE PROVISIONS
The policies are to contain, or be endorsed to contain, the following provisions:
General Liability and Automotive Liability Coverages
A. Tremonton City, and its elected and appointed officials, employees, volunteers, agents, and
others working on behalf of the City are to be covered as an additional insured as respects: liability arising
out of activities performed by or on behalf of the contracting party; products and completed operations of the
contracting party; premises owned, leased, hired, or borrowed by the contracting party. The coverage
shall contain no special limitations on the scope of protection afforded to Tremonton City, its officers,
officials, employees or volunteers.
B. The contracting party's insurance coverage shall be a primary insurance as respects to
Tremonton City, its officials, employees and volunteers. Any insurance or self-insurance maintained by
Tremonton City, its officials, employees or volunteers shall be in excess of the contracting party's insurance
and shall not contribute with it.
C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided
to Tremonton City, its officers, employees or volunteers.
D. The contracting party's insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respects to the limits of the insurer's liability.
Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against Tremonton City, and its elected and
appointed officials, employees, volunteers, agents, and others working on behalf of the City for losses
arising from work performed by the contracting party for Tremonton City.
All Coverages
Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days'
prior written notice by certified mail, return receipt requested, has been given to Tremonton City.
E. ACCEPTABILITY OF INSURERS
Insurance is to be placed with insurers with a Bests' rating of no less than A-, VIII, and in the limits as listed
in this document, unless approved by the Chief Administrative Officer.
F. VERIFICATION OF COVERAGE
Contracting party shall furnish Tremonton City with acceptable certificates of insurance and with original
endorsements effecting coverage required by this clause. The certificates and endorsements are to be
signed by a person authorized by that insurer to bind coverage on its behalf. Tremonton City reserves the
right to require complete, certified copies of all required insurance policies, with all endorsements, at any
time.
G. SUBCONTRACTORS
Contracting party shall include all subcontractors as an insured under its policies or shall furnish separate
certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to
all of the requirements stated herein.
EXHIBIT “B”
REFERENCES SHEET
Owner Project Description Project Cost Year 1. ______________________ __________________________________ _____________ ________
__________________________________
__________________________________
Owner Contact: _____________________________ Phone: ______________________
Firm Personnel on Project: ___________________________________________________________
2. ______________________ __________________________________ _____________ ________
__________________________________
__________________________________
Owner Contact: _____________________________ Phone: ______________________
Firm Personnel on Project: ___________________________________________________________
3. ______________________ __________________________________ _____________ ________
__________________________________
__________________________________
Owner Contact: _____________________________ Phone: ______________________
Firm Personnel on Project: ___________________________________________________________
4. ______________________ __________________________________ _____________ ________
__________________________________
__________________________________
Owner Contact: _____________________________ Phone: ______________________
Firm Personnel on Project: ___________________________________________________________
5. ______________________ __________________________________ _____________ ________
__________________________________
__________________________________
Owner Contact: _____________________________ Phone: ______________________
Firm Personnel on Project: ___________________________________________________________
"EXHIBIT C"
PROJECT DRAWINGS
SITE and COURT PLAN