HomeMy WebLinkAbout2003-178ORDINANCE NO. a - 'I
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF A XERISCAPE/LANDSCAPE DETENTION
POND FOR THE NORTH BRANCH LIBRARY; PROVIDING FOR THE EXPENDITURE OF
FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3029-CONSTRUCTION
OF XERISCAPE/LANDSCAPE DETENTION POND NORTH BRANCH LIBRARY AWARDED
TO HARRISON QUALITY CONSTRUCTION IN THE AMOUNT OF $34,527.74).
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 1. 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
NUMBER CONTRACTOR AMOUNT
3029 Harrison Quality Construction $34,527.74
SECTION 2. 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 3. 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 4. 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
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 5. That this ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the I7� day of 2003.
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
HERBERT L. PRO Y, CITY ATTORNEY
BY:
3-ORD-Bid 3029
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 18th day of June
A.D., 2003, by and between City of Denton of the County of Denton and State of
Texas, acting through Michael A. Conduff thereunto duly authorized so to do,
hereinafter termed "OWNER," and
Harrison Ouality Construction, Inc.
4818 Dozier Rd.
Carrollton, TX 76010
of the City of Carrollton , County of Denton and State of Texas , hereinafter termed
"CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed 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 # 3029 — Construction of Xeriscape/Landscape Detention Pond for North Branch Library
in the amount of $34,527.74 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,
CA-1
plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by:
City of Denton Facilities ManaZement Department
all of which are referenced herein and 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:
ATTEST:
APPROVED AS TO FORM:
20 44
CITY ATTORNEY
CA-3
N1 11
omp
(SEAL)
Harrison Quality Construction
CONTRACTOR
4818 Dozier Road, Carrollton, TX 75010
MAILING ADDRESS
972-939-0927
PHONE NUMBER
972-939-0927
TITLE
Sherri Harrison, President
PRINTED NAME
(SEAL)
PERFORMANCE BOND Bond No. TXIFSU0341767
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Harrison Quality Construction,
Inc. hose address is 4818 Dozier Rd., Carrollton,TX 76010
hereinafter called Principal, and International Fidelity Insurance Company
a corporation organized and existing under the laws of the State of New Jersey 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 Ow�_wr in the penal sum of Thir -Four Thousand Five
Hundred Twenty -Seven and 74/100''6OLLARS ($ 34 527.74 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 j003178 , with the
City of Denton, the Owner, dated the 18th day of June A.D. 2003 , a copy of which is
hereto attached and made a part hereof, for Bid 3M — Construction of
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 trade, 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 one (1) year 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 from 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 4 copies, each one of
which shall be deemed an original, this the 18th day of June 2001,,--
ATTEST: PRINCIPAL ✓
,,� � Harrison ClUalo Constructi n Inc.
BY:
SECRETARY BY:
PRESIDENT
ATTES SURETY
International Fidelity Insurance Company
BY:
,u ,
BY:
ATTO Y-IN-FACT Cindy Fowler
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: Baldwin Insurance and Bonding Agency, Inc., William D. Baldwin
STREET ADDRESS: 1201 Kas Dr., Ste. B, Richardson, TX 75081
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a
corporation, give a person Is name.)
PB-2
PAYMENT BOND Bond No. TXIFSU0341767
STATE OF TEXAS
COUNTY OF DENTON
POW ALL MEN BY THESE PRESENTS: That Harrison Quality Construction,
Inc. whose address is 4818 Dozier Rd., Carrollton TX 76010
hereinafter called Principal, and International Fidelity Insurance Company
a corporation organized and existing under the laws of the State of Nawjarcoy , and fiilly
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 building or improvements hereinafter
referred to m� in the penal sum of it -Four Thousand Five Hundred Twenty -Seven and
74/100!ZLLARS ($ 34 527.74 m 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 2003-178 , with
the City of Denton, the Owner, dated the 18th day of June A.D. 2003✓a copy
of which is hereto attached and made a part hereof, for Bid 3029 - Construction of
Xeriscaoe/Landscape Detention Pond for North Branch Library.,/
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, funs, 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.
im
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 ofprocess 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 4 copies, each oneyf
which shall be deemed an original, this the 18th day of June 2003✓;
ATTEST: PRINCIPAL /
Harrison Quality Construction Inc. ✓
BY:
SECRETARY BY:
PRESIDENT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: Baldwin Insurance and Bonding Agency. Inc.. William D. Baldwin
STREET ADDRESS: 1201 Kas Dr., Ste. B, Richardson, TX 75081
(NOTE. Date of Payment Bond must be date of Contract. If Resident Agent is not a
corporation, give a person Is name.)
=1
at
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may call International Fidelity Insurance Company's toll -free
telephone number for information or to make a complaint at:
800-333-4167
You may also write to International Fidelity Insurance Company at:
Attn: Claims Department
One Newark Center, 20th Floor
Newark, NJ 07102
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
ATTACH THIS NOTICE TO YOUR BOND. This notice is for
information only and does not become a part or a condition of the
attached document and is given to comply with Section 2253.048,
Government Code, and Section 53.202, Property Code, effective
September 1, 2001.
ACORD_ CERTIFICATE OF LIABILITY
INSURANCE LIPID IS
DATE(MMOOYY1
HARRI 1
06/24/03
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Baldwin Ins & Bonding Agency
1201 Kas Drive, Suite B
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Richardson TX 75081
Phone: 972-644-2688 Fax: 972-644-6035
INSUR60
t"'�
JNCURERA National American Ins Co
INEUR.ERIt Underwriters of Lloyds, London
Harrison quality Construction,---'
Sherri Al an
4818 Dozier Rd. -1 /o
Carrollton TX 75010 E✓-T�-
INSURER American dome Assurance co.
INSURER O:
INCLINER E'
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IUPIRATIO
LTR
TYPE Oi IX3 CE
POUCY NUMBER
DATE MArODM POLICYPDATE
BMMRDDNYIN
LIMITS
OINERAL LIFGLITY>Qtl'OCCURRe
E
S 1000000
FIREOMIAGE(Wonefie)
$ 100000
A
X COMMERCIALGENERALIJrABM,TY
MP4627842K
11/05/02
ll/05/03
ewMSMCE U A
11�
I
MEDEIP(Airy DDEp..)
_
$ 5000Addl.X
PEP,SONALAADVWJURY
S1000000 _
Blanket A1=CU_
X
I Blanket WOS
(3ENERA-AGGREGATE
$ 2000000�
GEN'LAGGREGNTE UMN APPLNe3 PER.
PROWCTS-CUMPAP AGG
$ 2000000
PR0. LOC
POLICY X JECT
A
AUTOMOBILE
WUy
AN+AUTG.BI/Tn
/
AU4234642X `�
11/05/02
11/05/03
CO WEO 6WGLELIMIT
°`"I)
I $ 1000000 ✓
X
BODILY INJURY
(Per Ferrer)
S
.W.OYVNEDMTOS
9CHEDULEO AUTOE
BODILY MJURv
(Peramuenp
S
HRED Nr,03
NON -OM' cD AUTOS
PROPEATVDAMA4`E
(Per..Cenq
I
S
CARAOE LIABILITY
.WTOONLY-EAACCIDENi
S
OTHER THAIJ EAACL
8
AW AUTC
S
NITO ONLY AGO
!%CIDSWBIYTY
EALN OCWRRENGE
$2000000
A
X occuR cLDMS MFOE
M84215442R
11/05/02
11/05/03
AGGREGATE
s 2000000
s
£
DEDUCTIBLE
£
X RETenroN $ 10000
WOWIERS COMPENSATION AND
/
TOTrUMITE OER
E.L.EACHACCIDENT
I $ 1000000 l
C
EMPLOYERE'LUN ILT'
4951049 ✓
01/06/03
01/06/04
E1.DISEASE-EAEMPLOYEE
S 1000000 �
BLANKET WAIVERS �
EUDISEASE-POLILYLIMT -
£ 1000000
OTHER
I
B
Equipment Floater
AF021984
11/05/02
I 11/05/03
Any One $50,000
I
$1 000 Deductible
LEASED/RENTED
All Such $50 000
DEICRIPTON OF OPERATON6LOCpT10NSNE46LELEYCLUS10N6 ADDED BY EN ICASEMSNTISPECIAL PROVIAONS
RE: Ct etien of Xeriscape/Landscape Detention Pond at North Branch
LibraonsCity of Denton, its Officials, Agents, Amployees and Volunteers are
Additional I.Sur— edemas respects the General and Auto Liability.✓/
N.u-F.nm nui.wm. I] I ADemRNwuNWKPU; F-.KPK,.CneP: un,N..o`n „v,N
City of ➢entcn✓
Purchasing Department
901E Texas Street
Denton TX 76209
CITYDI2 Said policy Bh not be cancelled, nonrenewed or materially c
without 30 Sys advance written notice being given to the Owner
except when the policy is being cancelled for nonpayment of
ACORD_ CERTIFICATE OF LIABILITY
INSURANCE OF TS DA-D
HARKS 11 06/06/24/4/03
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Baldwin Ins r, Bonding Agency
HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1201 ftas Drive, Suite B
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Richardson TX 75081
Phone: 972-644-2688 Fax: 972-644-8035
INURED
INGUPERA Travelers Insurance Cc
FIELDER B:
Harrison Quality Construction
City Of Denton
4818 Dozier Fd.
Carrollton T} 75010
IRSURERO
INSURER D'
—
N98tER E.
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT WITHSTANDING
ANY REOUIREMF_NT, TERM OR CO NDITION 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INBR
LTN
TYPE OF INSURANCE
��JI:T
POLICYNUMBER
EFFECTIT/D-
DATE MM/pD/YY
ro I O
DATE RAMMI)HY1
LIMITS
GENERAL LIABILITY
I
EACH OCCURRENCE
S
FIRE ONMGE(PRy onekO)
S
COMMHJCLLL GENERAL LN<V
CW SNiAOE ❑CCCUR
MEDEP(AIYDIR1a16.)
S
PERSONLRAI D1URY
S
GENERALAGGWOATE
S
GENLA0GREGATEU1RTMPLIESPER.
PRODUCTS-COWPOP AGO
S
POLICY ,do- ��LOC
AUTOMOBILE
ILBILITV
AM'AUTO
'
COm®NED 6WGLE llmli
(Ea avAmq
S
_
BODILY W
{P<r Pa9m1)
$
ALLOAINEOAUTOS
SCHEDULES AUl'O6
BODILY WJURV
(Per a6ODmp
$
HREDATOS
NON -OWNED AUTOS
PROPERTYDTM90E
(Per�D
S
CARPLE LUIRILTY
AUTOONLY-FAADC10EHT
S
OTHER TNNJ EAACC
$
ANY AUTO
S
ITO ONLY AGG
E%CE56 LIABILITY
EACH OCCURRENCE
S
OCCUR ❑ CLAMS MILE
AGGREGATE
$
S
S
OECUCTRAE
S
RETENTION S
WORMPENWT°NAND
L 6 O H-
TORY LIMIT: ER
6MPLOYIE.WOYER6'LYRILT'
E.I EIGHACCIOEM
E
EL.DISEASE-EAEMPLOYEE
S
E L. DISEASE - POLICY UNIT
S
DTNBR
A
Builders Risk
QT-660-492D4949
06/26/03
09/26/03
LocLimit $34,528
I
$1,000 Deductible
SPECIAL FORM
TempLimit $15 000
DESCRIPTION DI OPEMTONbLOCpT1°N6NEHICLIBIE%L WlION6 ADDED RY ENDOR6EMENTr9P2UA PROVISIONS
RE. Construction of Xeriscape/Landscape Detention Pond at North Branch
Library. City of Den --on, its Officials, Agents, and Volunteers are
Additional Named Ins=eds and Loss Payee as respects this Builders' Risk
policy.
CERTIFICATE HOLDER II' I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
cITYD12
Said policy shall not be cancelled, nonrenewed or materially Chan
City of Denton
without 30 days advance written notice being given to the Owner (City)
Purchasing Department
except when the policy is being cancelled for nonpayment of premi
sons Texas Street
Denton TX 76209
in which case 10 days advance written notice is required.
Ay�lyi PR6EENTATIYE 1\ � a ,
ACORD 26-S (7197) OACORD CORPORATION 1988
Ed
im
ACORD CERTIFICATE OF LIABILITY
INSURANCE OPID TS
OATE(M"vDDaY)
1
HARRI 1
07/01/03
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Baldwin Ins 6 Bonding Agency
1201 Kas Drive, Suite B
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Richardson TX 75081
Phone: 972-644-2688 Fax: 972-644-8035
INSURED
INSURER q National American Ins Co
INSURER E'.
City of Denton Purchasing
Department
901B Texas Street
Denton TX 76209
INSURER C'
INSURER D:
----
INSURER EI
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INS
LTR
TYPE OFINSURANLE
POUOY FUNKIER
PO CY EFFEC71VECY
DAWiNRVDDPrYI
EYPIR1l10X
DATE MMNONY
LIMITS
OENEPAL IIAeIl1TY
EALH OCWRREICE
51000000
A
X COMMEPCIAL GENERAL LOELTY
BINDER
07/01/03
09/01/03
FIRED IAGE(Ay.re Ne)
5
MEDEXP(APy—per".)
5
CLAMS MPOE ❑OCCUR
vERsoruLRAoulralum
s
X Owner/Cont Prot,
GENERALAGGREGATE
S 1000000
GENL AOGREGATE UMIT APPLIES PER.
PRODUCTS-CONPAJPA l
S
POLICY yMT I LOO
AUTOMOBRE
WBIUTT
ANV Aura
COMEDIEO SINGLELIMIT
(Ea auldent)
3
aorIL
(Per personersar))
5
I
AU O NNED AUTOS
9CNEOULEO AUT05
EOOILYNUURY
(Per actlaent7
S
HIRED Art. OS
NONOWNC-0AUTOS
PROPE(Para—tident) OE
(Per accmenq
S
CA EWBNTY
AUTO ONLY - EAACCIDENT
E
OTHER THAN EX.ACC
S
1
ANYAUTO
5
AUTO ONLM AGG
EXCESS LVUHLL
EACHOCWRRENCE
L.
AGGREGATE
5
OCCUR CUUMSMAx
E
7
5
0 OUCTSLE
5
RETENPG4 8
YJC OTX�
WORNgeFNPM.INBATION ANO
Y
THACCIDS ER
E.L. EACHACOEENT
14
EMPILYERS' WBILITY
E.L.01 SE-EAEMPLOYEE
I
EI-. DISEASE - POLICY LNIT
5
1
OrHEA
DESCRIPTON OF OPERATONMOCATIONBNEHIC WEXCWEIONS ADDED SY ENDORSEMENTISPEOIAL PROVISION.
RE: Construction of Xeriscape/Landscape Detention Pond at North Branch
Library.
CERTIFICATE HOLDER I Y I ADDITIONAL INSURED: INSURER LETTER: CANCELLATION
CITYDI2
Said policy shall not be cancelled, nonrenewed or materially Chan
without 30 days advance written notice being given to the Owner (City)
City of Denton
Purchasing Department
except when the policy is being cancelled for nonpayment of premi
90113 Texas Street
in which case 10 days advance written notice is required.
Denton TX 76209
AUfllgp PRESS TATIVE 1� l
_
ACORD 2S-S (7197) GACORD CORPORATION 1998
ad
Jm
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 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
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 read:
• "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED".
• 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.
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 $500,000
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.
1XI Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $300,000 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.
[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.
[ ] 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.
ATTACHMENT 1
[x] Worker's 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:
(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) 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;
(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.
Bid 3029 - Construction of Xeriscape/Landscape Detention Pond for North Branch Library
PURCHASING DEPARTMENT
Caty of Denton
901-B Texas St.
Denton, TX 76201
PROPOSAL. (BID) FORM
CITY OF DENTON, TEXAS
Time: 2.00 p.m.
Date: May 22, 2003
To: Purchasing Agent
City of Denton, Texas
901-B Texas Street
Denton, Texas 76209
Gentlemen:
The undersigned having examined the Contract Documents entitled:
Page 9 of 10
BID 3029 Construction of Xeriscape/Landscape Detention Pond for North Branch Library
And having visited the site of the proposed construction, and having familiarized himself with the local
conditions affecting the cost of the work, and with all addenda to the said documents, hereby proposed to
famish all supervision, labor, materials, equipment, tools, and accessories and to do all work in accordance with
said documents and addenda thereto for the stipulated sum of:
thirty four thousand five hundri&ollars($ 34,527.74 )
Total Base Bid wen y seven dollars and seventy four cents
Total Materials Incorporated into the Proiect
$ 13,653.00
Total Labor Supervision and Materials Not Incorporated into the Proiect $ 20,874.74
ADDENDA:
Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum
Addendum:
Addendum No.
Addendum No.
Addendum No.
The undersigned bidder hereby declares that he has visited the site of the work and has carefully examined the
Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence work
within ten (10) days after date of written notice to proceed and to substantially complete the work on which he
has bid within 45 consecutive calendar days subject to such extensions of time
allowed by specifications.
The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period of 60 calendar
days after the scheduled closing time for receiving bids.
The undersigned bidder understands that the Owner reserves the right to reject any or all bids and to waive any
informalities in the b'_dding.
PURCHASING DEPARTMENT
City of Dutton
901-B Texas St.
Denton, TX 76201
BID GUARANTY,
BID INVITATION
CITY OF DENTON, TEXAS
Enclosed with this Bid is a Certified Check for.
Dollars
or a Bid Bond in the sum of
5 % Dollars ($
Page 9 of 10
which it is.agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid is
accepted by the Owner within 60 days after the bids are received and the undersigned fails to executed the
Contract and the required Bonds with the said Owner within ten (10) days after the date said Bid is accepted:
otherwise said check or bond shall be returned to the undersigned upon demand.
Harrison Quality Construction,
Contrac toy (firm name)
Authorized Signature
President
Title
Address 4818 Dozier Road
---C1Zy,State,ZipY;ode
Telephone (972) 939-0925
Inc.
(If corporation, attest and affix
a Corporate Seal)
PURCHASING DEPARTMENT
City of DeRWR
901-8 Texas St.
DetAW,TX 76201
STATE OF TEXAS
COUNTY OF non t. A
BED INVITATION
CITY OF DENTON, TEXAS
CONTRACTORS AFFIDAVIT OF BILLS PAID
(To be executed prior to acceptance of project)
Personally, before me the undersigned authority, on this day appeared Sherri Hnfrison
, who, being duly sworn, on oath, says that he is a
legal representative of
name of Contractor as in
Page 10 of 10
and that the contract for the construction of the project, designated as XP r i s r-ap_P. / T, a n (JG r a pe
Detention Pond for North Bram
has been satisfactorily completed and that all bills for materials, apparatus, fixtures, machinery, and labor used
in connection with the construction of this project have, to the best of my knowledge and belief, been fully paid.
s�}'Gt iiy
/j Q ,
� tnJ
(Sim ature)
President
(Title)
Swomtoand subscribed before methiJ2nd22nd dayof May 2003
.✓" !COME
LAA E TAYLOlk (month and year)
AA1MCSTATEOFTWS
iiii AI00
n tz, zltosNotary Public in and for -- - -
Denton County, Texas
Instructions:
If the contractor is an individual, he shall sign the affidavit. If the contractor is a partnership, any partner may
sign the affidavit. If the contractor is a corporation, a person authorized by the bylaws or by the Board of
Directors shall sign the affidavit. If the Contractor is a joint venture of individuals, any of the individuals may
sign the affidavit. If the Contractor is a joint venture of partnerships, or of individuals and partnerships, the
affidavit maybe signed by the individual or any partner of any partnership. If the contractor is a joint venture in
which a corporation is a party, separate affidavits must be executed in the name of the joint venture; one by
each corporation and one by each individual or partnership. Signatures for corporations should be by a duly
authorized officer. If signature is by another, showing of authority to sign must accompany the affidavit.