Loading...
2003-178NO. 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; PROVDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BD 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 3029 CONTRACTOR Harrison QualityConstmction AMOUNT $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 ora 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 fimds 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 /~/~'dayof ~ ,2003. EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: 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 Ci~ 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 Qualit~ Construction, Inc. 4818 Dozier Rd. Carrollton, TX 76010 of the City of Carrollton , County of Denton and State of Texas , hereinafter termed "CONTRACTOR." WlTNESSETH: 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 Management Department ali 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 agaln~t any and all such clalm~ 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 (SEAL) Harrison Oualitv Construction CONTRACTOR 4818 Dozier Road~ Carrollton~ TX 75010 MAILING ADDRESS 972-939-0927 PHONE NUMBER 972-939-0927 APPROVED AS TO FORM: TITLE Sherri Harrison, President PRINTED NAME (SEAL) CA - 3 PERFORMANCE, BOND Bond No. TXIFSU0341767 STATE OF TEXAS § COUNTY OFDENTON § .~NOW ALL MEN BY THESE PRESENTS: That Harrison Quahty Construction, Inc.~chose address is 4818 Dozier Rd., CarrolltoR, TX 76010 ..~ , hereinafter cared 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 orgaalzed and existing under the laws of the State of Texas, hereinafter called Ow~x, in the penal sum of ..-Thirty-Four Thousand Five Hundred Twenty-Seven and 74/100q~OLLARS ($ 34,527.74°f'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 assigus, jointly and severally, fixmly 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: Where. as, the Principal entered into a certain Contract, identified by Ordinance Number 2[K)3-178, with the City of Denton, the Owner, dated the 18th day of June A.D. 2003 %'fa copy of which is hereto attached and made a part hereof, for Bid 3~29 - Construction of Xeriscape/Landscape Detention Pond for North Bran~h Library ~ NOW, THEREFORE, if thc 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 thc 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 modificatiens of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of 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 thc 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 flied 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, slmll 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 purs.~ut to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigued and desi~ated 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 ,200:~''~ . ATTEST: \ BY: ~e SECRETARY PRINCIPAL Harrison Qqali~y Constructipn. Inc. PRESIDENT , ! ~]//q / ~'~international Fidelity Insurance Company,..* BY: ~~/~.,t.~/~ __. __ ATTORNEY-IN-FACT Cindy Fowler . The Resident Agent of the Surety in Detaon 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. corporation, give a person's name.) PB - 2 If Resident Agent is not a PAYMENT BOND Bond No. TXIFSU0341767 STATE OF TEXAS § COUNTY OF DENTON § .~lqOW ALL MEN BY THESE PRESENTS: That Harrison Quah~ Construction, Inc.,,~, whose address is 4818 Dozier Rd., Carrollton, TX 76010 , hereinafter called Principal, and International Fidelity Insurance Company ~ , a corporation organic, ed and existing under the laws of flu: State of Now .l~,~y , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvcnnents hereinafter referred to.~ in the penal sum of ~hirty-Four Thousand Five Hundred Twenty-Seven and 74/100,B~LLARS ($ 34,527.749"~ 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, ikmly 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: Principal entered into a certain Contract, identified by Ordinance Number thc City of Denton, the Owner, dated the '18th day of June A.D. of which is hereto attached and made a part hereof, for Bid 3029 - Xeriscape/Landacape Detention Pond for North Branch Library.v~ Whereas, the 2003-178 , with 2003 ,~copy Construction of NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on tim 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 ~ereundcr, or to thc Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on thi~ Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the trnns of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. PB - 3 This Bond is given pursuant to the provisions of Ctmpter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned zncl 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'procass may be had in matters axising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Stavates of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each one~0f which shall be deemed an original, this the 18th day of June , 2003~. ATTEST BY: ~¢ SECRETARY'-"--- PRINCIPAL / Harrison Quality Construction,linc. ATTES~j . BY: ~~~ /~//} ~AtUernR~ati~°°na' Fidelity 'nsJ4rance C°m P~ The Resident Agent of the Surety in Denton County, Texas for delivery of notice and servi~e of the process is: NAME: Baldwin Insurance and Bond n.q A.qency, Inc.. William D. Baldwin STRE]~T ADDR.F_~S: 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's name.) PB- 4 : This Power oi~;Attomey is executed; and maybe:revoked, pursuant to and.~y autl!onty of ,~rtle~ 37~ecuo~l 3. of the BI~,- ,Laws adopted,bytl~ Board o Directefs of INTERNATIONAL FIDELITY ,INSURANCE COMPANY at a meettog ca ed and held on the 7th dsy~of l~ebruary, I974. ~i President or ~ny Vice President~:Executive ~Vic¢ Presidan, t. Secretary or Assislant Secretary, shah have power:!nd authority '~'ii To appoint'~it°l~eys:in-f~t, and to authoriz~ them to e~ecute on beha f of the C~raipan~ and a~ch the Seal 0~ the Company thereto bonds and uiide/iilkings contraries of ndemnity an~ Other writings obi Eatery n t~¢ ~atu~e thereof ~ :~ : ~i..~ ~.:~2) To:remove, at afi~ time, any such atlomey-in~fec(~nd'revol~ th~ authority gN~n. :~ :~ ~?:~ .' :: :~i ~ · .: Fur~er, this Power of ~fi0fitey is signed and sealed by fac~imiie: pu~s. ua~i to 'r~solution of tile Bokrd bf Direct0i's of ~id:Company adopted at a mee~g duly called and held 6ri;the 29th dsy of Apfi, 1982 of which;the following ts a U'ue except: Now therefore the; signatures of.such officers and the seal of the Compa~y~ma.y be affixed toga,ny, such power et: a~rney or.~y e~ytificate relating thereto by facsimile, and any such power of attorney Or eii'tificate bearing such f~osimile s~gnatores 9r .f~e simile, s~.atshall be:vahd and bm~lml~ upon:the C. ompany and any such power so executed and cci'tiffed:by facsimile signath/~s and facsimile seat shall:be,vahd and binding upon the Company m me future w~th respect to any IN TESTIMONY WHEREOF INTERNATIONAL FIDELITY INSURANCE COMPANY has caused,this insirument to be signed and its corporate seal to be affixed by ts authorized officer, th s 31st day of ~ugnst. A.D. 1998. STATE OF NEW JERSEY County of Essex On this~31st da~/of A~Fgu~ :1998, before me ~am~'thedndi~id _ua~ who'executed' the~l?recedthg~s_~u3mant~_ _to_m_e:~_~_rs~o~a_ll~/kn_~ _wn~:aa.d, being b)~e duly :sworn said the he is the therein described .aqd authorized officer of~e: ~!NTE~ATIOI~ELITY IN~U __R._~2/CE COMPANY;tI~t the s~at3mxea to si/id te~s~ent is the/Corporate Seal of sa~d C0~pany; that the saul Corporate Seal and Iris signature were duly affixed~by.orde~':of the Board of Du'ectors of said Company. ~.: , .: y' IN TESTIMONY WHEREOF;,I lmv~.e~u~to set my _h~nd affixed my ?;ficial ~1~;' , · ~ .at, ~Ci~6~ Newa?k. N~ Je~'~e~y ~d yea~ first ~bbve ~fi~n.: ~ 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 0,,0 ,s I F~%RI-1 06/24/03 Baldwin Ins & Bon~ingA~ency 1201 Ka~ Drive, Suite B Richard;on TX 75081 Phone: 972-644-2688 Fax: 972-644-8035 HarrisonCarrollton4818SherriDozier Alle~ Quality Tx~d' 75010 Construction~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERE AFFORDING COVERAGE Underwriters of Lloyds, London COVERAGES ~ .j~ OCCUR;C-~CE $ 1000000 ~4627842K 11/05/O2 11/05/03 -- FtRE~/~GE(~On~e) $ 100000 / ~D ~ (~ ~ parse) $ 5000 ~4215442K 11/05/02 1~/05/03 200OOOO 4951049 01/06/03 0~/06/04~ ~.~.~c~cc~ ~; 1000000 CERTIFICATE HOLDER City of Denton~ Purchasing Del~artment 9018 Texas Street Denton TX 76209 CITYD12 Said policy ~ not be cancelled, nonrenewed or materially chang without 30'Eays advance written notice being given to the Owner (City', except when the policy is being cancelled for nonpayment of prem in which case 10 days advance written notice is,,~-~uired. ACORD 25-S (7/97) G ACORD CORPORATION 1988 ACORD. CERTIFICATE OF LIABILITY INSURANCE oP,o I · · F~RR/-1 06/24/03 Baldwin Ins & BondingAgency 1201 Kas Drive, Su/te B R~chardson TX 75081 Phone: 972-644-2688 Fax: 972-644-$035 Harrison Quality Construction cit of Dentc~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS No RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE COVERAGES A B~lders ~k QT-660-492D49~9 06/26/03 09/26/03 LocL~t 034,52~ ~= Const~ction of Xeriscape/L~dsca~ Det~tion Pond at North ~ranch policy. CERTIFICATE HOLDER City of D~ntcn Purchasing Department 901B Texas Street D~nton TX 76209 CITYD12 Said policy shall not be cancelled, nonrenewed or materially chan( without 30 days advance written notice being given to the Owner (City} except when the policy is being cancelled for nonpayment of prem in which case 10 days advance written notice is required. ed ACORD 2&-S (7/97) ~ ACORD CORPORATION 1988 ACORD.. CERTIFICATE OF LIABILITY INSURANCE O,,D ,8 ~-1I o7/o~/o3 Baldwin Ins & Bon~ing Agency 1201 Kas Drive, Suite B P~charc~on TX 75081 Phone: 972-6A4-2688 Fax: 972-6~-8035 City of Denton 9urchasing De artme~t 90~B Texa~ Street Denton TX 76209' THIS CERTIRCATE I$ ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TI-II$ CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSUREH$ AFFORDING COVERAGE COVERAGES ERTIFICATE HOLDER City of Denton ~uroh~sing Department 90lB Texas Street D~nton TX 76209 CITYD12 Said policy shall not be cancelled, nonrenewed or materially chanl without 30 days advance wri~en notice being given to the Owner (City) except when '(he policy is being cancelled for nonpayment of prem in which case 10 days advance written notice is required. ed ACORD 25-S (7/97) OACORD CORPORATION 1988 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 imurer'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 I0 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, ifs· 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 tiffs IX] 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. 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 role 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. ATTACItMENT 1 Ix] 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. The contractor shall provide coverage, based on proper reporting of classification codes and payroll mounts 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. 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 ail 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. The contractor shail retain all required certificates of coverage for the duration of the project and for one year thereafter. The contractor shall notify the governmentai entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materiaily affects the provision of coverage of any person providing services on the project. The contractor shail 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. 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 ail 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 ail 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 cox~erage, 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. By signing this contract or provid'mg 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 mounts, 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. 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 PURCH-i'SlNi3 DEPAllTMENT City of Denwn Demon, TX 76201 BIrD INVITATION CITY OF DENTON, TEXAS 'Page 8 of 10 PROPOSAL (BID) FORM T/m~e: 2:00 p.m. Date: May 22, 2003 To: Pun:h~sing Agent City of Denton, Tex~ 901-B Texas S~eet Den~o~ Tex~ 76209 Gentlemen: The undersigned having examined the Contract Documcnts cntitl~l: 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 furnish all supervision, labor, materials, equipmen% 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 hundr~oll~s($ 34,527.74 ) TomlB~eBid twenty seven dollars and seventy four cents Total Materials Incon~erated into thc Proiect 13,653.00 Total Labor, Suoervision and Materials Not hcomorated into the Proiect $, .2 ?, 8 74.7 4 ADDENDA: Acknowledge r~ceipt of thc following addenda which are part of the Bidding Documents by placing Addendum __ _~,, .Date issued and initialing:_ ................................................... Addendum: No. Addendum No, AddendumNo. Addendum No, The undersigned bidde~ hereby declares that he has visited thc site of the work and has carefully examined thc Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence work with'm ten (10) days after date of written notice to l~OCeed and to substantially complete the work on which he has bid within 4 5 consecutive calendar days subject to such extensions of time allowed by specifications. The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period cf 60 calendar days afte~ the scheduled closing time for receiving bids. The undersigned bidder understands that thc Owner reserves thc ril~ht to reject any or all bids and to waive any informalities in the b:'dfling. PURCHASING DEPARTMENT Ciiy of Dcaton 901-B TCXO~ St. Dc~mn, TX 76201 BID INVITATION CITY OF DENTON, TBXA$ Page 9 of 10 Enclosed with this Bid is a Ceriified Check for. or a Bid Bond in the aura of Dollars ($_ 5 % ., Dollar~ ($ which it is,agreed shall be collected and retained by thc Ow~er as liquidated damages in tho event this Bid is accepled by the Owner within 60 days after the bids arc reoeived and thc undersigned fails to executed thc Con~act and the required Bonds with the said Owner within Ion (10) days after the date said Bid is accepted: otherwise said check or bond shall bc returned to the undersigned upon demand. Harrison Quality Construction, ¢on ac (mm Authorized Signature President Title ..... 4818 Dozier Road Address (If corporation, attest aud affix a Corporate Seal) Telephone ( 9721 939-092~ ,_, PURCHASING DEPARTMENT cie/of 901-B Texas St. D~nt~, ~ 76~1 INVITATION CITY OF DENTON, ?EXA$ Page 10 of 10 CONTRACTORS AFFIDAVIT OF BILLS PAID ' (To be executed'priur to acceptance of projec9 STATE OF TEXAS COUNTY OF per'ten Personally, before mo tho undersigned authority, on this day appeared Sherri H&~:ison , who, being duly sworn, on oath, says that he is a legalrepresentativeof Harr. ison Ouali~y ann.~fw.~t~ an ~ name of Contractor as in conlract) and that the contract for the construction of the project, designated as Xer Detention Pond for North Branch LilBid!i~' · 3029 bas been safisfact~'ily compleied and that all bills for materials, apparatus, fixlures, machinery, and labor used in connection with thc construction of this project have, to the best o.f my knowledge and belief, been fully paid. President · ' 2nd22nd Swomtoandsubseribedbeforemcfl~.T ~ .dayof May 2003 Insiruciions: If the contractor is an individual, he shall sign the affidavit. If thc contractor is a partnership, any partner may sign theaflidavit. If thc contracwr is a corporation, a person authorizcd by *he bylaws or by the Board of Directors shall sign the affidavit. If the Contractor is a joint ventur~ of individuals, any of the individuals may sign thc affidavit. If the Contraclor is a joint venture of partnerships, or of individuals and partnerships, the affdavit may bc signed by the individual o~ any pa~ner of any parmership. If the contractor is a joint venture in which a corporatiou is a party, separate affidavits must be executed in the name of the joint venture; one by each coIporation and one by each individual or pan'nership. Signatures for corporalions should be by a duly authorized officer. If signature is by another, showing of authorily to sign must accompany the affidavit.