HomeMy WebLinkAbout1996-121ORDINANCE NO 910 /9Z/
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated 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 i That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications
on 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
NI TMRER CONTRACTOR AMOUNT
1893 CHEM-SPRAY NORTH $29,932 00
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in
accordance with the bids accepted and approved herein, provided that such contracts are made in
accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto
specifying the terms, conditions, plans and specifications, standards, quantities and specified sums
contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized 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 V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this theal—K day of _! 1996
JA ILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
B
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY __ '�4'- '31 C
CONTRACT DOC
DATE MAY 21, 1996
TO Mayor and Members of the City Council
FROM Ted Benavides, City Manager
SUBJECT BID # 1893 - DRAINAGE CHANNEL VEGETATION MANAGEMENT
RECOM NDATION- We recommend this bid be awarded to the sole respondent, Chem -Spray
North, m the price of $280 00 per acre Estimated expenditure is approximately $29,932 00
SUMMARY: This bid is for the herbicide treatment of approximately 107 acres of vegetation
growing in drainage ditches and channels within the city limits of Denton The area is further
defined as being the bottom, sides and banks to the limit of the right of way or easement
Only those herbicides approved by the City of Denton, Texas Structural Pest Control Board, Texas
Department of Agriculture and the EPA will be used All applications will be under the direction
of the Drainage Division Foreman
Due to the liability risk to the contractor and the strict specification in our bid request intended to
protect the environment and adjoining property owners, it is not unusual to receive a single bid for
this type project A similar contract was executed in 1994 and 1995 at $265 00 per acre
BACKGROUND. Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GR )UPS AFFECTED- Drainage Division Operations
FISCAL IMPACT. $30,000 00 was approved in the 1995/96 budget for herbicide treatment of
drainage areas, account#100-026-0810-8502
Respectfully submitted
Tamed Benavides
City Manager
Approved 1� _
Name Tom D Shaw, C P M
Title Purchasing Agent
735 AGENDA
i
a�
Q
aa
so
3
U Z
p
W g
W W
-z��yyy
Z
QZQow
U ZO
a
LU
QwQJ
a
}U/
�
QmW
QZ W
O 7
G
S
W
Q
O U
Q �
Z W
o_ o o.
_--
m m O
ih
r
0
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON S
THIS AGREEMENT, made and entered into this 21 day of
MAY A.D., 19 96 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENA IDES —
thereunto duly authorized so to do, hereinafter termed "OWNER," and
CHEM-SPRAY NORTH INC.
P.O. BOX 200726
ARLINGTON TEXAS 76006-0726
of the City of ARLINGTON , County of TARRANT
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agr€ements 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 # 1893 - DRAINAGE CHANNEL VEGETATION MANAGEMENT
in the amount of $29 932.0o and all extra work in
connection therewith, under the terms as stated in the General
Conditions of the agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the
Proposal attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the
Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
CITY OF DENTON
OWNER
00
BY
(SEAL)
ATTEST:
CHEN-SPRAY NORTH, INC.
Allen Shephard CONTRACTOR
Mandy P&ers
P O Box 200726
Arlington, TX 76006-0726
MAILING ADDRESS
(817)640-0943
PHONE NUMBER
(817)633-2404
FAX NUMBER/ II //
BY /%l u�i �b� Yo/�b/G,
TITLE Secretary/Treasurer
Michael B. Vasko
PRINTED NAME
APPROVED AS TO FORM: (SEAL)
City Attorney
AAA0184D
Rev. 07/28/94
CA- 3
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below it is highly
recommended that bidders confer with their respective Insurance carriers or brokers
to determine in advance of Bid submission the availability of insurance certificates and
endorse-ments as prescribed and provided herein If an apparent low bidder fails to
comply strictly with the Insurance requirements, that bidder may be disqualified from
award of the contract Upon bid award, all Insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time, however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid. Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton
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
• 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
AFF006EA
REVISED 08/02/93
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall
procure a bond guaranteeing payment of losses and related
Investigations, claim administration and defense expenses
• Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials,
Agents, Employees and volunteers
• • That such insurance is primary to any other insurance available to
the additional insured with respect to claims covered under the
policy and that this insurance applies separately to each insured
against whom claim is made or suit is brought The inclusion of
more than one insured shall not operate to increase the insurer's
limit of liability
• All policies shall be endorsed to provide thirty(30) days prior written
notice of cancellation, non -renewal or reduction in coverage
• Should any of the required insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout
the term of this contract and, without lapse, for a period of three years
beyond the contract expiration, such that occurrences arising during the
contract term which give rise to claims made after expiration of the
contract shall be covered
• Should any of the required insurance be provided under a form of
coverage that includes a general annual aggregate limit providing for
claims investigation or legal defense costs to be included in the general
annual aggregate limit, the contractor shall either double the occurrence
limits or obtain Owners and Contractors Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests
for payments originating after such lapse shall not be processed until the
City receives satisfactory evidence of reinstated coverage as required by
this contract, effective as of the lapse date If insurance is not
reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse
AEE006RA
REVISED 08/02/93
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted.
bd A General Liability Insurance:
General Liability insurance with combined single limits of not less than _
1,flnn,am 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 coverages
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least.
• Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, independent
contractors and property damage resulting from explosion, collapse
or underground (XCU) exposures
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
AFF006BA
REVISED 08/02/93
Insurance Requirements
Page 4
W Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than 1,000,000 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.
[xi 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.
[ ] 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.
AFMBA
RMSED 081OV93
Insurance Requirements
Page 5
I ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is
unavailable to the contractor or if a contractor leases or rents a portion of a
City building. Limits of not less than each occurrence are required
( ] Professional Liability Insurance
Professional liability insurance with limits not less than 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
[ ] 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.
eFMRA
REVISED WOWS
BID NUMBER 1893 BID PROPOSALS Page 2 of 13
ITEM
DESCRIPTION
OUAN
PRICE
AMOUNT
1
DRAINAGE CHANNEL HERBICIDE TREATMENT
PER ATTACHED SPECIFICATIONS AND DRAWINGS
ADOENONM $ l
,rUTA L
101 9
ACRES
so hr-
$ a$0.00
per acre
2g,g3a 0
106.q A c
TOTALS
We quote the above f o b Denton, Texas Shipment can be made in 10 days from receipt of order Terms net
union otherwise indicated
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time conttitues a contract
p 0 40y a00- A b
Moiling Address
A RI,I rg+wh TeX R S 16006.0- ab
city) state zip
(911) 640- 0143
CHEM SpttR"/ tJ o2T� , =Pjc,
at r
slenature,
Title
Tel"hono
CERTIFICATE OF INSURANCE
DATE (MM/DDNY)
86 05/30/96
1
PF16DUCFR
MorrmanEND
a Company, Inc.
820Jor n oreStreet,
Shr Jordan Street, Suite 400
Shreveport LA 71101
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
OR
AL ER THE COVERAGE AFFORDED BY THE POLOLDER THIS CERTIFICATE DOES NOT ICIES BELOW
COMPANIES AFFORDING COVERAGE
BryanWillis
Br .. 3 -42 - 60 o.
p y
INSURED
COMPANY
A Savant Insurance Services
COMPANY
B Clarendon America
COMPANY
C Texas WC Insurance Fund
Chem Spray North, Inc.
COMPANY
D United National Insurance Co.
P. 0. Box 130547
Tyler TX 75713
THIS IBTO CERTIFY THAT THE POLICIES OF INSURANCE UBTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
STO
IS
INDICATED, NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
co
L1A
TYPE OF INSURANCE
POUCY NUMBER PODCYEFFECTIVE
DATE(MWOD/YY)
POLICYEXPIRATION
DATE(MM/DD/YY)
LIMITS
D
GENERAL WBILITY
X COMMERCIALGENERALUABIUTY
CLAIMS MADE OCCUR
OWNERS&CONTRACTORS PROT
L7107509
01/15/96
01/15/97
GENERAL AGGREGATE
s2 000,000
PRODUCTS COMP/OPAGG
B Included
PERSONAL&ADV INJURY
c Included
EACH OCCURRENCE
$1, 000 O00
FIRE DAMAGE (Any one Poe)
$
X TXC60156: 100,000
MED EXP (Any one person)
$
X
Deductible 7.500
B
AUTOMOBILE
LIABILITY
ANY AUTO
ALLOWNEDAUTOS
SCHEDULED AUTOS
DS0000005189(0pen States)
DS0000005191(Texas)
01/15/96
01/15/96
01/15/97
01/15/97
COMBINED SINGLE UNIT
S
X
BODILY INJURY
(Per pawn)
$1.000,000
X
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Per acclde"
S
X
PROPERTY DAMAGE
$
GARAGE LIABIUTY
ANY AUTO
AUTOONLY EAACCIDENT
$
OTHER THAN AUTO ONLY
EACH ACCIDENT
_
S
AGGREGATE
S
EXCESS LIABILITY
UMBRELLA FORM
EACH OCCURRENCE
S
AGGREGATE
i
$
OTHER THAN UMBRELLA FORM
A
WORKERS COMPENSATION AND
EMPLOYERS UABILITY
X ETATUTORY UNITS
EACH ACCIDENT
$500,000
DISEASE POUCY LIMIT
$500,000
THE PROPRIETOR/ INCL
PARTNERWEXECUTIVE
OFFICERS ARE EXCL
TSFOO128694 - Texas
WC039280 - Louisiana
11/06/96
01/15/96
11/06/97
01/15/97
DISEASE EACH EMPLOYEE
$500,000
OTNER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLEWSPECIAL ITEMS
The (C�iitt}}' of a ton, its of{ieials, m 1 es andd o1 t are included as
requidredigyaQ �truartd on the an anSy�MtDmobi�e ��ag�S ty coverages as
Workers Comp includes a waiver of subrogation as ra uired b contract.
O2RTIFICATE HOLDER
CANCELLATION
CITYDE1
SHOULD ANY OF THE ABOVE DESCRIBED POUCHES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Denton
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
Attn. Purchasing Department
901-B Texas Street
Denton TX 76201
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OFANYKIND ON THE COMPANY ITS AGENTS OR REPRESENTATIVES
AUTHOm7EDR ESENTATWE
ACORD 2" (W"
Bryan W
OACORO CORPORATION 1093