Loading...
1994-042AN 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 NUMBER CONTRACTOR AMOUNT 1594 BILLY REDMON $24,000.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certif- icate 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 here- by authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the~^~day of~''7~ ,1994. BOB CASTLEBERRY, M~~ ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1594 - DEMOLITION # 22 RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Billy Redmon in the total amount of $24,000.00. SLrI~IARY: This bid is for the Demolition and Clearing of six sites. Three sites are structures and three are Egret Nesting sites. The structures are located at 926 Myrtle Street, 710 Lakey, and 602 Morse. The nesting sites are in the general area of Kerley, Duncan and Smith Streets. Each site has been well marked as to what is to be removed and as to what trees must remain undisturbed. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Community Development Department and Citizens of Denton. FISCAL IMPACT: Funds for this project will come from Community Development Block Grant account number 219-058-CD87-8502. ~C ]i~oSypectfully'sBbmitted :, ty Manager Approved: Name: To~D. Shaw~ C.P.M. Title: Purchasing Agent 471. A~ENDA CONTRACT AGREEMENT STATE OF TEXA~ )( · COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this 22 day of MARC~ A.D., 19 94, by and between TN CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and BILLY REDMON. of the City of DENTON , County of DENTON and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1594 - DEMOLITION %22 in the amount of ~4~000.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and 0114s CA-1 other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by COMMUNITY DEVELOPMENT STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. .. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. Ol14s CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: CITY (SEAL) ~ENTON ~ ATTEST: __ BILLY REDMON CONTRACTOR (sEm.) 0114s CA-3 CITY OF DENTON INSURANCE REQUIRE~m. NTS 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. Ail 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 Revised 02/05/93 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. Ail 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. Revised 02/05/93 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REOUIREMENTS: Ail 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 lonper~ if so noted: Ix] A. ~eneral Liability Insurance: General Liability insurance with combined single limits of not less than $500.000.00 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage 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. [x] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than _ $500,000.00 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. Revised 02/05/93 Insurance Requirements Page 4 The policy will include .bodily injury and property damage liability arising out of the operation and maintenance of all automobiles and mobile equipment used in conjunction with this contract including owned, scheduled, hired, and non-owned vehicles and employee non-owned use. Scheduled automobiles will be listed in the Description or Remarks section of the Certificate of Insurance. (ISO Form CA 0001 Current Edition) Ix] 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. [ ] Fire Damaqe Leqal 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. Revised 02/05/93 Insurance Requirements Page 5 [ ] 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. AFFO00ED Revised 02/05/93 BID NUMBER 1594 BID PROPOSALS Page 2 of ; City of Denton, Texas 901-B Texas St. Purchasing Depedment Denton, Texas 76201 ITEM DESCRIPTION QUAN. PRICE 1. 926 MYRTLE STRIfJ~Z' EAST HALF OY LOT ~6/BLO(IK 316 a. Remove burned structure ............................. $ b. Remove any concrete, all trash, debris, dead trees, shrubs and brush from the site ...................... $ c. Grade lot smooth for mowing ......................... $ 2. 710 LAtex STRF_~'J.' LO~ ~2/BLOCK 268 a. Remove burned out structure ......................... $ ~ b. R~move all concrete, trash, debris, shrubs, dead trees and brush ............... $ c. Grade lot smooth for mowing ......................... $ 3. 602 MO~SE STRatA', NORTHWEST CORNER OF LOT %l/BLOCK 237 a. Rm~ove structure ................................... I ~-~ b. Remove all concrete, trash, shrnbs, bushes and debris from the site ............................... c. Grade lot smooth mowing ............................ 4. EGRET NESTING AREA "A", AS PLA~A'~D ON ATTACHMENT Remove all ,remarked trees, all debris and underbrush, remove vine overgrowth and grade lots to a mowable level $ 5. EGI~ET NESTING AREA "B", AS PLA'Z~Z'~U AS ATTAc~ENT Remove all u~ma~ked trees, all debris and underbrush, remove vine overgrowth and grade lots to a mowable level $ 6. EGRET NESTING AREA "C", AS PLA'l-tm0 ON ATTACHMENT ~1 Remove all .nmarked trees, all debris and underbrush, r~-move vine overgrowth and grade lots to a mowable level $__ NOTE: PLEASE BID EACH 1T~ ABO~ S~A~AT~LY. CO~UNITY DE%~LOPMENT OFFICE RESERVES T~ RIGHT TO REMOVE ANY OF T~ ABOVE P~OJECTS F~0M '£~ BID UP TO T~ TIME IN WHICH T~ D~OLITION WOrK BEGINS. We quote the above f.o.b, delivered to Denton, Texas. Shipment can be made in L~L,-' days from receipt of order. Terms netl30 unless otherwise Indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract, The completed Bid Proposal must be properly priced, signed and returned. Mailing Address City State Zip Telephone Bidder Signature February 17, 1993 Billy Redmon 1125 Morse Denton, Tx 76201 Dear Mr. Redmon, The following are the quotes you requested for demolition of private dwellings: General Liability Company - Scottsdale Insurance Company Limits - $500,000 Combined Single Limit Deductible $500 Bodily Injury & Property Damage Exclusions - Over Three Stories Ball & Chain Annual Premium - $1143.96 Workers Compensation Company - The Fund Limits - $100,000 (Mandatory Limits) Annual Premium - $1343.00 Please call if you have any questions. Sin~,erely, Linda Reed Denton Ins. JMW:nw Center, Inc. -, ~", ~' , ~ ~-~' ,,';; ,3 ,.'r,' ,,~ 1~:. ,,..~2,? iL~'- x. ~ x~' l~ ~ /' J'T'~' .~ · 601 SUNSET · RO. DRAWER C · DENTON, TEXAS 76202 · PHONE: 387-9501 · FAX 817-382-3606 909£ ~8£ ~8 April 4, 1994 6S:60 ~6, ~ City of Denton ATTN: Tom Shaw ~: Billy RaY Redmon Insurance Package Dear Sir; This is to advise that Mr. Billy Ray Re,on has bound General Liability coverage in the amount of $500,000 with $cottsdale Insurance Company under policy number CLS191927 effe=tive 4/4/93. This is to further advise that Mr. Redmon has applied for Workmans Compensation insurance through Texas Insurance Fund. As explained previously, it takes anywhere from 15 to 30 days to get full binding An regards to workmans compensation coverage through the Fund. The process has been started in his behalf. The city will be notified by certificate as soon as we have confirmation of coverage. Should you have further questions regarding this account, please feel free to give us a call at the Denton Insurance Center, Inc. Sincerely yours, Jim Watson Denton Insurance Center, Inc. '~ '601 SUNSET., RD, DRAWER C · DENTON, TEXAS 762021. PHONE: 387-9501. FAX 817-382-3606 ~'d 909£ E8£ 6T8 ~BINB3 33N~NSN] N01NBO 6S:0T 6S:60 P6~ ~ ~d~ ._'-~_u.?rFi'_~ATK OF XNSUR,%NCE: PO Dra~F C Denton; TX 76202 ~moa~817-387-9501 CSR LL 04/04/94 ......... %'6 keiZ% ........ Billy. Ray Redmon 1125 ~[orse Denton TX 76201 tXlc<~tcm,~=m~ CLS191927 04/04/94 AUTOMOBILE LIAB 000 WORKERS' COMP AND EMPLOYERS ' LZAB DE~0LZTZON OF DNELLZNGS, NO~ OVB:R 3 8TORY, NO BALL