Loading...
2000-052 ORDINANCE NO ~:'~000~~)~"-~-- AN ^CCEPT O COM?ETITIVE BIDS AND AWA G A PUBLIC WOR :S CONTACT FOR CONSTRUCTION OF A LANDFILL UFFER ZONE, ?ROVI ING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2452 - LANDFILL TREE BUFFER ZONE PHASE I AWARDED TO A & A LANDSCAPE AND IRRIGATION, INC 1N THE AMOUNT OF $149,995) WHEREAS, the City has solicited, and received competitive sealed bids for the construction of pubhc works or improvements in accordance w~th 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 respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", 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 2452 A & A Landscape and Irrigation, Inc $149,995 SECTION II That the acceptance and approval of the above competmve sealed bid shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance w~th the Notice to Bidders and Request for Sealed Bids, 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 sealed bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That th~s ordinance shall become effective ~mmed~ately upon ~ts passage and approval e^~^~e~ow~t~/va d~yo~ ~J~:0o0 JACK I~R, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2452 - CONTR~TU~L ORDINANCE (2-00) ATTACHMENT 1 TABULATION SHEET B~d# 245:2 Date 1/25/00 LANDFILL TREE BUFFER ZONE PROJECT PHASE I iN~. [, i. i. % I ~! 1)OR~iON , ¥)NDOR VENOOR VENDOR VENDOR VENDOR ~ ~' t~i: ~i~ i~ i~J~':~i ~ American A&A <~ < <~? ~: ~*~ ~" ~ ~ ~,'.~ Sprlnkle'N ~ ~<> ~< ~ ~:~:~ ~ ~ ~,~ Landscape Carruthem Landscape My Gardner ~ ~< < ~,~ ~ ~g~< ~: :~; ~. Sprout Landscaping Total Base B~d $t85,000 $206,423 $157,300 $149,995 $456,517 1 Alternate - ~ Alternate ~1 ;f $6,000 $1,290 $6,876 $2,34O No Bid 2 deciduo~s tree not staked Alternates - ~ Alternate ~2 $4,240 $2,355 $12,024 $7,110 No Bid 3 ,f evergreen plants not staked CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 15 day of February A D, 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W Jez thereunto duly authorized so to do, hereinafter termed "OWNER," and A & A I .~ndscape & Irrigation, Inc 13758 Hwy, 380 East Farmersvtlle, TX 75442 of the City of Farmersvdle , County of Colhn and State of Texas , hereinafter termed "CONTRACTOR" WITNESSETH That for and m 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 2452 - l .andfill Tree Buffer Zone Phase I in the amount of $149,995 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, supphes, 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 and the Performance and Payment Bonds, attached hereto, and m accordance with all the General Conditions of the Agreement, the Special Condmons, the Notice to Bidders (Advertisement for Bids), and Instructions to B~dders, as referenced harem and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA - 1 and the Spemficat~ons therefore, as prepared by Dnnkm Sims Stoffels, Inc all of which are referenced here~n and made a part hereof and collectively ewdence and constitute the entire contract Independent Status It ~s mutually understood and agreed by and between Cxty and Contractor that Contractor ~s an independent contractor and shall not be deemed to be or considered an employee of the C~ty of Denton, Texas, for the purposes of income tax, w~thholdmg, social security taxes, vacatmn or s~ck leave benefits, worker's compensation, or any other City employee benefit C~ty shall not have superws~on 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 dxrectlon of the City Manager of the Cxty of Denton, Texas, or his designee under th~s agreement Indemnification Contractor shall and does hereby agree to mdemmfy and hold harmless the City of Denton from any and all damages, loss, or habthty of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or neghgent act of Contractor, ~ts officers, agents, employees, mwtees, and other persons for whom it ~s legally liable, wxth regard to the performance of th~s Agreement, and Contractor wdl, at its cost and expense, defend and protect the C~ty of Denton against any and all such clatms and demands Choice of Law and Venue Thts agreement shall be governed by the law of the State of Texas and venue for tts construction and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth in written not~ce to commence work and complete all work within the t~me stated m the Proposal, subject to such extensions of time as are provided by the General and Special Condmons The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, whmh forms a part of this contract, such payments to be subJeCt to the General and Special Cond~tmns of the Contract CA - 2 IN: WITNESS WHEREOF, the part~es of these presents have executed thru agreemem m the year and day first above written ATTEST (SEAL) ST. CONTRACTOR MAILING ADDRESS PHONE NUMBER FAX NUMBER ~PP~OWD n~,T~ F~.~ ~.T~D N~.~ CITY ATTORNEY/ - ~" ~ ~ CA - 3 PERFORMANCE BOND Bond No KC0622 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That A & A Landscape and Imitation, Inc whose address is 13758 Hw~ 380 East, Farmcrswlle, TX 75442 hereinafter called Principal, and Unzte~ States Fidelity and G~arant¥ Company , a corporation orgamzed and existing under the laws of the State of Texas , and fully authortzed to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumclpal corporation orgamzed and exmtmg under the laws of the State of Texas, hereinafter called Owner, in the penal sum of One Hundred Forty Nme Thousand Nine Hundred Ninety Five and no/100 DOLLARS ($149,995 ) plus ten percent of the stated penal sum as an addltmnal sum of money representing additional court expenses, attorneys' fees, and hqmdated damages arising out of or connected with the below identified Contract, m lawful money of the Umted States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby b~nd ourselves, our he,rs, executors, admuustrators, 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 wluch 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 th~s Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a cemam Contract, ~dentlfied by Ordinance Number 2000-052, with the City of Denton, the Owner, dated the 15 day of February A D 2000, a copy of which Is ,hereto attached and made a part hereof, for Bid # 2452 - Landfill Tree Buffer Zone Phase I NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, cond~nons and agreements of smd 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, w~th or w~thout nonce to the Surety, and during the life of any guaranty or warranty reqmred under this Contract, and shall als0 well and truly perform and fulfill all the undertakings, covenants, terms, condltmns and agreements of any and all duly authorized modifications of smd Contract that may hereafter be made, notice of which modifications to the Surety being hereby wa,ved, and, ~f thc Principal shall repatr 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 complenon and final acceptance of the Work by the Owner, and, if the Principal shall fully lndemmfy and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform hereto and shall fully reunburse and repay Owner all outlay and expense which the Owner may recur ~n Imakmg good any default or deficiency, then thru obhganon shall be void, otherwise, ~t shall rem-am ~n full force and effect PB - 1 PROVIDED FURTHER, that ff any legal acuon be filed upon this Bond, exclumve venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the smd Surety, for value recmved, hereby stipulates and agrees that no change, extenmon of t~me, alteraUon or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spemficatlons, Drawings, etc, accompanying the same, shall m anywise affect ~ts obllgaUon on thru Bond, and ~t does hereby wmve notice of any such change, extenmon of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spemfications, Drawings, etc Thru Bond m g~ven pursuant to the provm~ons of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undermgned and demgnated agent m hereby demgnated by the Surety hereto as the Resident Agent m Denton County to whom any reqmmte notices may be dehvered and on whom serwce of process may be had m matters ammng out of such suretyship, as provided by Amcle 7 19-1 of the Insurance Code, Vemon's Annotated C~vd Statutes of the State of Texas IN WITNESS WHEREOF, thru instrument ~s executed ~n 4 cop~es, each one of which shall be deemed an omg~nal, thru the 15 day of February , 2000 ATTEST PRINCIPAL BY ~[k~%~[~ WITNESS SURETY y~ Unmted States Fmdelmty and Guaranty Company ATTORNEY-IN-FACT -- Elnora Cruthxs The Resident Agent of the Surety m Denton County, Texas for dehvery of not,ce and serwce of the process m NAME PCL Insurance Agency STREET ADDRESS 206 Elm, Suxte 105, Lewzsv~lle, TX 75067 (NOTE Date of Performance Bond must be date of Contract If Resident Agent ts not a corporatton, gtve a person's name ) PB ~ 2 PAYMENT BOND Bond No KC0622 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That A & A Landscape & Imgatton, Inc, whose address xs 13758 Hwy, 380 East, Farmerswlle, TX 75442 , heremafter called Pnnctpal, and Un~_ted States Fxdelxty and Guaranty Company , a corporatmn orgamzed and existing under the laws of the State of Texas , and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumctpal corporatton orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporanons who may furmsh materials for, or perform labor upon, the bmldmg or nnprovements hereinafter referred to, m the penal sum of One Hundred Forty Nme Thousand N~ne Hundred Ninety F~ve and no/100 DOLLARS ($149,995 ) m lawful money of the United States, to be pa~d tn Denton, County, Texas, for the payment of wfuch sum well and truly to be made, we hereby brad ourselves, our hetrs, executors, admamstrators, successors, and asstgns, jomtly and severally, firmly by these presents Thts Bond shall automaUcally be increased by the amount of any Change Order or Supplemental Agreement whtch increases the Contract price, but m 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 ~s cond~noned as follows Whereas, the Prmmpal entered rote a certain Contract, tdenttfied by Ordinance Number 2000-052, wtth the Cxty of Denton, the Owner, dated the 15 day of February A D 2000, a copy of whmh ~s hereto attached and made a part hereof, for Bid 2452 - Landfill Tree Buffer Zone Phase I NOW, THEREFORE, ~f the Prmmpal shall well, truly and fmthfully perform ~ts duties and make prompt payment to all persons, frans, subcontractors, corporations and clatmants supplying labor and/or material m the prosecutmn of the Work promded for in smd Contract and any and all duly authorized modfficattons of satd Contract that may hereafter be made, nonce of which modtficattons to the Surety being hereby expressly wmved, then this obhgat~on shall be vmd, otherwtse xt shall remain m full force and effect PROVIDED FURTHER, that tf any legal action be filed on th~s Bond, exclusive venue shall he tn Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby snpulates and agrees that no change, extenston of nme, alteranon or addttmn to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficattons, Drawings, etc, accompanying the same, shall tn anywise affect ~ts obhgat~on on thts Bond, and ~t does hereby watve nottce of any such change, extension of tune, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficatlons, Drawings, etc PB ~ 3 Ttus Bond m 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 m hereby designated by the Surety hereto as the Resident Agent m Denton County to whom any requisite notices may be delivered and on whom servtce 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 ~n 4 copies, each one of whxch shall be deemed an original, thru the 15 day of February, 2000 ATTEST PRINCIPAL A & A~pe &z'I~rr,;4gat~o~ Inc ~kFk~]( WITNESS SURETY BY -~ ~..~ ~A~)~ .0.~_ BY ~ _~/~~~ Unzted States Fidelity and Gu~ranty CompanYATTORNEY.iN_ m Elnora Cruthms The Resident Agent of the Surety m Denton County, Texas for delivery of notice and service of the process is NAME PEL Insurance Agency STREET ADDRESS 206 Elm, Suxte 105, Lem_svxlle, TX 75067 (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporation, gtve a person's name ) PB - 4 POWER OF ATTORNEY Seaboard Surety Company Emted States Fidelity and Guaranty Company St Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St Paul Guard]an Insurance Company F~delity and Guaranty Insurance Underwriters, tnt St Paul Mercury Insurance Company Power of Attorney No 21012 CerOficate No KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company m a corporation duly orgamzed under the laws of the State of New York and that St Paul F~re and Marine Insurance Cmnpany St Paul Guarthan Insurance Company and St Paul Mercury Insurance Company arc corporations duly orgamzed under the laws oi the State of Minnesota ~nd that United States F&dei~ty and Guaranty Company iq a corporation duly organt?ed under the laws of the State of Maryland and that F]dehty and Gualaaty Insurance Company is a corporataon duly orgamzed under the laws of the State of Iowa and that F~dehty and Guaranty Insurance Underwnteis Inc ~s a corporation duly organized under the laws of the State of Wisconsin (hereto ~ ollecttvely called the Compante~ ) and that the Compameq do hereby make constitute and appoint Elnora Cmthts, Derrell C Dodson, Douglas Moore, Sam J Mulhs, Jr, Jowana Bryant and Sheda M Young Dallas Texas the~ truc and lawful Attorney(s) m Fact of the C~ty ol State each ill their separate capacity if more than one is named above to sign its annie as surety to and to execute seal and ackntlwledge any and all bonds tmdertaklngs contracts and other written mstcuments in the nature thereof on behalf of the Com~ameq tn their business of guaranteeing the ftdehty of persons guaranteeing the performance of contractq and executing or guaranteeing bonds and undertakm acuons or pmceethngs allowed by law ~ October 1999 IN WITNESS WHERI~ OF of Seaboard Surety Company ~mted States Fulebty and Guaranty Company St Paul Fire and Fidelity and Guaranty Insurance Company St Paul Fulehty and Guaranty Insurance Underwriters, lm SL Paul Mercury ~ MICHAFL B KEFGAN V~ce President State ol Maryland MICHAEL R MCKIBBEN Assist mt Secretary City of Baltimore On thl~ 5ill day of October 1999 before me the undersigned olhcer personally appeared Michael B Keegan md Mmhael R McKibben who acknowledged themselves to be the Vice President and Assistant Secretary respecuve]y of Seaboard Surety Company St Paul Fire and Manne Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company Umted States F~dehty and Guaranty Company F~dchty md Guaranty Insurance Company and Fldebty and Guaranty Insurance Underwriters lac and that they as such being authon/ed so to do executed the fl)regomg instrument for die purposes thereto contained by signing the names of the corporauons by themselves as duly autbon?ed othcerq in Witness Whereof,, hereunto set my hand and official seal Q ~~ My Comm~ssmn expires the 13th day of July 2002 REBECCA EASLEY ONOKALA Notary Pubhc 86203 Ed 5 99 Printed m U S A This Power of Attorney ~s granted under and by the authority oi tbe following reqolutlons adopted by the Boards of D~rector~ of Seaboard Surety Company St Paul FIru and Marine Insurance Company St Paul Guardmn Insurance Company SI Paul Mercury Insurance Company Umted States Fldehty and Guaranty Comp*my F~dehty and Guaranty Insurance Company and Fldehty and Guaranty Insurance Undurwrlter~ lnc on September 2 1998 which resolutmns are now m full force and effect reading as follow, RESOLVED, that m connection w~th thc I~dehty and ~urety ~n~urance busmes~ ot the Company all bonds undertahngs contracts and other lnqmment~ relating to ~ald buqmess may be signed executed and acknowledged by pcrson~ or ent~tlcs appointed as Attorney(q) In Fact pursuant to a Power of Attorney issued in accordance w~ these ~csolut~ons Sa~d Power(s) of Attorney Ior and on behalf of the Company may and ~hall be executed m the name and on behalf ol ~he Company el~er by the Cbalm~an or the Prestdem or any Vice President or 'm Assistant V~ce ~es~dent Jointly with ~e Secretary or an Aqslqtant Secmt~ under ~e~r respective des~gnatmns The s~gnature ol such officers may bc engraved prmt~ or hthographed The s~gnature ol each of the foregoing officers and ~he seal ot the Company may be alhxed by facs~mde to any Power of Attorney or to ~y certificate relating thereto appointing Attorney(s) ~n Fact lor pu~oses only of executing and atteqmg bond~ and unde~akmg~ and other writings obhgato~ m the nature thereol and subject to any hm~tat~ons set Iorth there~n any such Power of Attorney or ceml;cate bearing such Iac~mde stgnature or facs~mde seal shall be vahd and binding upon the Company and any such power so executed and certified by such facsmule stgnamre and facs~mde seal shall be vabd and binding upon the Company w~th respect to any bond or undertaking to whtch ~t ~s v~dly attached and RESOLVED FURTHFR, that Attorney(s) m Fact shall have thc power and authority and ~n any case subJ<t to the ~rms and hm~tatlons ol the Power of Attorney :ssued them m execute and dehver on behalf of the Company and to attach the seal ot the Company to any and all bonds and undertakings and other writings obhgatory m the nature thereof and any such instrument executed by quch Attorney(Q ~n Fact shall be as binding upon the Company as ~f stgned by an Execunve Officer and sealed and attested to by the Secretary ol the Company I Mmhael R McK~bben Assistant Secrctmy of Seaboard Snrety Company St Paul F~re and Marine Insurance Company St Paul Guardmn Insurance Company St Paul Mercu~ Insurance Company Umted State~ Ftdebty and Guaranty Company F~dehty and Gu~anty Insurance Comply and Ftdebty and Guaranty Instance Underwriters lnc do hereby ccmly that the above and foregoing ~s a t:ue and correct copy o~ ~e Powe; of Attorney ex<uted by sa~d Compames which m m full force and effect and has not been revoked IN TESTIMONY WHEREOF, I hereunto set my hand th~s 15th day of February 2000 To vem~ the authen~ty of tht~ Power of Attorney, call 1 800 421 J~ rney clerk Please refer to the Power of A~orney number, the above named md~v~uals and the detatla of the bond to wh~d~t ~ CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attention ts directed to the msurance requtrements below. It ts htghly recommended that bidders confer with their respective insurance carriers or brokers to determine tn advance of Btd submission the avadablltty of insurance certtficates and endorsements as prescrtbed and provlded herem If an apparent low btdder fads to comply strtctly wtth the tnsurance requtrements, that bidder may be disqualifted from award of the contract. Upon bid award, all insurance requirements shall become contractual obhgattons, whtch the successful btdder shall have a duty to matntain throughout the course of thts contract STANDARD PROVISIONS: ~Ytthout hmtttng any of the other obltgattons or habthttes of the Contractor, the Contractor shall provtde and matntatn unttl the contracted work has been completed and accepted by the City of Denton, Owner, the mtntmum tnsurance coverage as mdtcated heretnafter As soon as practicable after nottficatton of btd award, Contractor shall file wtth the Purchasmg Department sattsfactory certificates of insurance, contatntng the btd number and tttle of the project Contractor may, upon wrttten request to the PurchastngDepartment, ask for clartficatton of any tnsurance requirements at any ttme, however, Contractors are strongly advised to make such requests prtor to btd opening, since the msurance requtrements may not be modified or watved after btd opentng unless a wrttten exceptton has been submttted wtth the btd Contractor shall not commence any work or dehver any material until he or she receives nottficatton that the contract has been accepted, approved, and stgned by the City of Denton All msurance pohctes proposed or obtatned tn sattsfactton of these reqmrements shall comply wtth the following general spectficattons, and shall be matntatned tn comphance with these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each pohcy shall be Issued by a company authorized to do bumness m the State of Texas w~th an A M Best Company rating of at least A · Any deductibles or self-insured retentmns shall be declared tn the b~d proposal If requested by the C~ty, the insurer shall reduce or ehmmate such deducttbles or self-insured retentions voth respect to the City, ~ts officmls, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related mvest~gatmns, elmm adm~mstratlon and defense expenses · L~abdxty pohc~es shall be endorsed to prowde the following ** Name as additional ~nsured the C~ty of Denton, ~ts Officials, Agents, Employees and volunteers · . That such msurance is pnmary to any other ~nsurance avalable to the adrhttonal insured w~th respect to clams covered under the pohcy and that th~s msurance apphes separately to each insured agmnst whom clam is made or sat is brought The ~nclus~on of more than one insured shall not operate to ~ncrease the msurer's hm~t of liability · All pohc~es 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 reqmred msurance be prowded under a clams-made form, Contractor shall mantan such coverage contmuously throughout the term of th~s contract and, w~thout lapse, for a period of three years beyond the contract expiration, such that occurrences ansmg dunng the contract term which give nsc to clams made at, er expirat~on of the contract shall be covered · Should any of the reqmred ~nsurance be prowded under a form of coverage that xncludes a general annual aggregate hmxt prov~dxng for clams xnvestigat~on or legal defense costs to be ~ncluded m the general annual aggregate hm~t, the Contractor shall e~ther double the occurrence hmxts or obtan Owners and Contractors Protective Lmbfltty Insurance Should any reqmred insurance lapse dunng the contract term, requests for payments ongmat~ng at, er such lapse shall not be processed until the C~ty receives satisfactory evidence of reinstated coverage as required by th~s contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at 1ts sole option, terminate th~s agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All tnsurance pohctes proposed or obtamed tn sattsfactwn of thts Contract shall addtttonally comply wtth the followtng marked specifications, and shall be mamtatned m comphance wtth these ad&ttonal spectficat~ons throughout the duration of the Contract, or longer, tf so noted IX] A General L~abfllty Insurance. General Lability msurance w~th combmed smgle hm~ts of not less than $500,000 shall be prowded and mantaned by the Contractor The policy shall be written on an occurrence bas~s e~ther ~n a s~ngle pohcy or in a combination of underlying and umbrella or excess pohc~es If the Commercial General Lmbthty form (ISO Form CG 0001 current ed~tmn) ~s used · Coverage A shall Include premises, operations, products, and completed operations, independent contractors, contractual habfllty covenng this contract and broad form property damage coverage · Coverage B shall include personal ~njury · Coverage C, mechcal payments, is not reqmred If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, ~t shall ~nclude at least · Bodily InJury and Property Damage Llablhty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual hablhty (preferably by endorsement) covenng flus contract, personal injury habthty and broad form property damage habfllty [X] Automobile Lmbillty Insurance' Contractor shall provide Commercial Automobile Llablhty insurance with Combined Single Limits (CSL) of not less than $300,000 either m a single policy or in a combination of basic and umbrella or excess pohcaes The policy will include bodily ~njury and property damage hablhty arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satmfaetion of the above requirement shall be in the form of a pohcy endorsement for · any auto, or · all owned, h~red and non-owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, ~n addition to meeting the m~mmum statutory reqmrements for ~ssuance of such ~nsurance, has Employer's Liability hm~ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy limit for occupational d~sease The City need not be named as an "Addmonal Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officmls, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 m accordance with §~06 096 of the Texas Labor Code and role 28TAC 110 110 of the Texas Worker's Compensation Comm~ssion (TWCC) Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times dunng the prosecution of the work under thzs 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 cames the Contractor's hablhty insurance Pohc¥ limits will be at least combined bodily injury and property damage per occurrence with a aggregate Fire Damage Legal Liability Insurance Coverage is reqmred if Broad form General Llablhty is not provided or is unavoalable to the contractor or ifa contractor leases or rents a port~on ora City budding 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 reqmred under this Agreement [ ] Builders' Risk Insurance Builders' P, ask Insurance, on an All-l~sk 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 ~s required for a specific contract, that reqmrement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT 1 IX] Worker's Compensation Coverage for Budding or Construction Projects for Governmental Ent~tles A Definitions Certificate of coverage ("certfficate")-A copy of a certificate of insurance, a certificate of anthonty to selfqnsure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-g3, or TWCC-84), showing statutory workers~ compensatmn insurance coverage for thc person's or entity% employees providing services on a project, for the duratmn of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/persun'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 ent~tles performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectly with the contractor and regardless of whether that person has employees This includes, without hmltatlon, ~ndependent contractors, subcontractors, leasing compames, motor careers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without hm~tat~on, promdlng, hauling, or dehvenng equipment or materials, or prowdlng labor, transportation, or other service related to a project "Services" does not include act~vmes unrelated to the project, such as food/beverage vendors, office supply dehvenes, 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 prowde 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 dunng the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtmn from each person prowdlng serwees 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 w~ll have on file certfficates 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, tf the coverage period shown on the current certificate of coverage ends dunng the duration of the project F The contractor shall retmn all mqmred certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity ~n 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 prowdlng services on the project H The contractor shall post on each project rote a notme, in the text, form and manner prescribed by the Texas Workers' Compensation Conumsslon, ~nform~ng all persons prowdang services on the project that they are reqmred to be covered, and stating how a person may verify coverage and report lack of coverage I The contractor shall contractually reqmre each person w~th whom ~t contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classfficatmn codes and payroll amounts and fthng of any coverage agreements, which meets the statutory reqmrements of Texas Labor Code, Section 401 011(44) for all of its employees promdmg services on the project, for the duratton of the project, (2) provide to the contractor, prior to that person begmmng work on the project, a certificate of coverage showing that coverage ~s 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 certfficate of coverage ends dunng the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a cemficate 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 dunng the duration of the project, (5) retain all required cemficates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity m writing by cemfied mml or personal delivery, within 10 days after the person knew or should have known, of any change that matenally 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 &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 w~th the appropriate insurance earner or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation Providing false or misleading reformation may subject the contractor to admimstratlve 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 af the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Bid 2452 - LANDFILL TREE BUFFER ZONE PHASE I-CONTRACT & INS 2-00 ~ -- Proposal {Bid) Form A & A LANDSCAPE & IRRIGATION, IHt, 13758 HWY 380 EAST FARMERSVILLE, TX 75442 Tsme 2 O0 p m Date January 25, 2000 To Purchamng Agent C~ty of Denton, Texas 901-B Texas Street Denton, Texas 76201 Gentlemen The undermgned hawng examined the Contract Documents entItled Landfill Tree Buffer Zone Project, Phase I Bid//2452 And hawng vimted the site of the proposed construction, and hawng fam,hanzed h~mself w~th the local cond,t~ons affecting the cost of the work, and w,th all addenda to the smd documents, hereby proposeds to furnish all superws~on, labor, materials, eqmpment, tools, and accesson~s and to do all work ,n accordance w~th smd documents and addenda thereto for the stipulated s~um ~f ......... Totel Sese Bid ' T0tPl Ma~ermls Incoroorated ~nto the Prmect $ ~1~;~ -" Tpl~ll L{~bor. Suoerwmon and Matermls Not Incoroorated ~nto the Promct$~~-~ D~WP~OU. AND~DENT~MNL I0t,~1/20001 00300- 1 ALTERNATES AIt~mete #1 - Delete the ,nstallatlon of the staking for all demduo,s plants as per the Deduct plans and SPecifications F'=~.-m~ i~.~e.~ ~ ~ Dollars (~~) Total Base IBrd ' Total Mate!,als Incoroorated ~nto the Pro~ect $ t ;,~d~ Total Labor. Suoerwmon and Materials Not Incorporated tnto the Pro~ect$ -/c~/~ . Deduct Alternate #2 - Delete the ,nstallatlon of the staking for all evergreen plants as per the plans and Spemf,cat~ons ~ _~-..-.-f~e..~ .t °~.//ee Dollars (9 ?; ItZ~ "--' ) Total Basel B,d ' Total Materials Incoroorated ,nto the Pro~ect ~ ~ Total Labor. Suoervm~on and Mater,als Not Incoroorated ~nto the Prmect$ ~_ .~4.~ ~ 00300- 2 UNIT PRICES. The undersigned agrees that the following umt prices w,II apply to adjust quantities of materials ~d,cated on drawings Pr,ces are for materials furmshed and ~nstalled It ~s further agreed that the quantities of work to be dona at umt pnces and material to be furmshed may be ~ncreas~d or d~m,nlehed, as may be considered necessary ~n the opinion of the Owner's Representative, and that all quant,ties of work, whether ~ncreased or decreased, are to be performed,at the umt prices set forth below except as prowded for ~n the spemflcat~ons All umt prices, are for addition or deletmn SITE IRRIGATION COMPONENTS (FURNISH AND INSTALL) Bubbler ~ ~'z3 ~-' Dollars each Qumk Coupler Valve w~th Box (?3e.0.~ J '/~[ ~ Dollars each 12 ~nch Pop-up Spray Head ~ ~ ~ Dollars each e ~5' ~ Dollars each 4 ~nch Pop-up Spray Head Pop-up Rotor ~/~.-3.~'~ ~ J~4~ ~-' Dollars each Statmn Valve ('~.°' ~, · ! ~.~ ~ Dollars each 2 tach p~pe ~ / ~ Dollars per L F 1% ~nch pipe e J ~'~ Dollars per L F 1 ~ ~nch p~pe ~ --- Dollars per L F fl I ~ Dollars per L F 1 ~nch p~pe % tach pipe s ~ ~ Dollars per L F ~ tach pipe / , Dollars per L F PLANT MATERIALS {FURNISH AND INSTALL, AS PER PLANS) Canopy Trees Pecan ~ J~/,5' ~ Dollars each Sweetgum ~ IL.~' ~ Dollars each Chinese P~stache ~ I'~ ~ Dollars each Bur Oak ~ J'~ ~ Dollars each Lacebark Elm $1'7~ ~ Dollars each Red Cedar 111 t,~43 ~. Dollars each O~WP~O~e*ND~J~J~:MNI. I01~1/~0~01 00300' 3 Afghan P~ne ~ I?~ ~ Dollars each Bald C~ypress Sl/-,,'~' ~ Dollars each Underatorv Trees' Oklahbme Red Bud ~ I~/~ ~ Dollars each Possumhaw Holly Dollars each Mexican Plum ~ 1'7~ ~ Dollars each Burfo~d Holly s2-5~ ~ Dollars each Stevens Holly a~.$~' ~ Dollars each Large Tree Staking # 1~* ~ Dollars each ~ I~ ~ Dollars each Mult~-trunked tree staking Tree staking on Berm slope ~ j~ ~o_ Dollars each BIDDER understands the statements and Owner's object~ves contained ~n SECTION 01010 -- Summervlof Work. ADDENDA This w~ll ,acknowledge receipt of the following addenda which are part of the B~dd~ng Documents' Addendum No ---- Addendum No ..... Addendum No ~- Addendum No ~ The undersigned bidder hereby declares that he has ws~ted the site of the work and has carefully examined the Contract Documents perta~mng to the work covered by the above b~d, and he further agrees to commence work w~thln ten (10) days after date of written not,ce to proceed and to substantially complete the work on which he has b~d w~th~n consecutive calendar days subject to such extensions of time allowed by specifications The undermgned bidder agrees that h~s bid shall be good and may not be w~thdrawn for a per~od of 60 calendar days after the scheduled closing t~me for rece~wng b;ds The undersigned b~dder understands that the Owner reserves the r;ght to reject any or all b~ds and to waive any mformaht~es m the b~dd~ng BID GUARANTY' Enclosed With th~s B,d ~s a Cer~f,ed Check for --- DOLLARS ($ -- ), or a Bid Bond In the sum of which ~t ~slagreed shall be collected and retained by the Owner as hqu~dated damages ~n the event th~s B~d ~s accepted by the Owner within s~y (60) days a~er the b~ds are received and the undersigned finis to execute the Contract and the required Bonds w~th the satd Owner w~th~n ten (10) days a~er the date said B~d ~s accepted, otherwise sa~d check or bond shall be returned to the undersigned upon demand Co'ntractor (firm name) T~tle Address ~'~_~_~.~J tu.E~ _ '"[%~/ ~'~4¢ Z,. (If corporation, attest and C~ty, State, ZIP Code' affix a Corporate Seal) - Telephone (End of Seotion) 3-21-20{~0 3 OBPM FRDM FORBES-TROXEL INS 972 772 33/14- P 2 AcoRD. CERTIFICATE OF LIABILI INS THIS CE~'~ ~iCATE IS ISSUED AS A ~R OF INFORMATION ONLY AND CONFE~ NO RIGHTS UPON THE CERTIFI~TE ffo~es-~=oxeZ Zn~=~ ~n~ HOLDER THIS CERTIFICATE DOES NOTAMEND EXTEND OR ~ox 126~ ALTER THE CO~GB AFFORDED BY THE POLICIES BELOW ~o=~1~ ~ 7BOgq-Z2E7 I INSURERSAFFORDfNGCOVE~GE 972-772-3333 ~ 972-772-3344 ~ _ INSURERS TeX~S Workers Co~_ ~ns In= CO~GES I con~a~tual L~ PER FO~ CIO0-01 [ .... / --' " X t ~Aufo ~50390336 05/06/99 05/06/00 ~-- I l ea~,a~lLrW ~OONLY ~ID~N_~ S i ~CE~ UAB~UW / ~CH OCC~..~C~ '~ 1,000,~00 OCCUR ~ C~IM~UADF ~50390336 05/06/99 05/06/00 AGOR/~A~C TSF124215 01 05/12/99 05/12/00 , CL DI~S~MPLOYE~ · ~spment Floate= ~50390336 07/19/99 05/06/00 De~ctible [ I ~00 00 OfflCZals, ~ents, Empl~ees ~ vol~e=s ar~ n~ed as an A~dztlonal 3-21-2000 3 06PM FROM FORBBS-TROXEL INS 972 772 3344 P 3 MAR tS ,~000 2 22PM OHIO CA~URLTY MO ~ilv~ Pi~ Oo~ment 1~'01 37 ~ o~/ls/oo ISO CGL-~ POLI~ ~ER. BKO50390336 ~ 0~ 05 0= 96 T~ ~S - ~ OF ~.~.~TION Thi~ endor~e~nu modifies insuramOe D~i~d ~e~ the following CO~CI~ ~ L!~ILITY C~E P~T O~ ~D C~TORS PR~CTI~ L~ILI~ CO~E P~T ~OLL~ION ' L~ILI~ CO~E ~IL~ ~OTNCTI~ LI~ILI~ COV~E P~T NaMe Cx~y of Danton Add£~um VUI-~ £exas bg s Denton. TX 76207 Numbe= o~ days advance notice. 30 tonight, Inm~rance Se~ice~ off&ce, Inc , 1994 3-28-2~0 2 17PM FROM FORBES-TROXEL INS 972 772 33~& P 1 4C_O_RO. CERTIFICATE OF LIABILITY INSURANCF c . 03/2U/UU P~DUC~ THIS ~Yi~iCATE IS ISSUED AS A ~ER OF INFORMATION ONLY AND CONFER~ N~ RIGHT~ I IP~N THE CERTIFICATE Fotbes-Troxel Insur~ce ~ HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 Box 1267 ALTER TH~ COVE~GE AFFORDED ~Y THE POLICIES BELOW ~oc~wall TX 7508T-1Z67 INSURERS AFFORDING COVE~GE Phone 972-772-3333 Fax 9~2-772-3344 Texas Workers Com~ I~ ' GENE~tLIABI~ ~CH O~URRENCE- [ $ ~t.~O0,000 I ~C~ELIABIU~ [ ~ 05/06/99 05/06/00 ~.~ ~ s A ~ ~u. ~ C~AO~ ~50390336 .... Do~uct~l~ ~~1 ] 500 00 Insure~ ~der ~e GL pol~ GL ~n=lu~s Pr~ Non-Contr~buto~ en~ors~ent GL ~n~ Wo=kers Comp =nclu~ W~=ver of S~roqat~on ~n favor of s~ /C~ncellat~on Clause repla=e~ w=~ ~rs~ CG0205 &TE0202 attached Denton TX 76201 AGORD AS ~ (7m7) ~AGORD GORPO~TION 1988 3-2B-2000 2 18PM FROM FDRBES-TRDXEL INS 972 772 33AA P 2 MAR ~8 2OB0 E BBPM OHIO CASUALTY NO < 03/28/00 ~lve~ Pl~ Do~n~ 14 ~9-57 ~tlver Pla User ID: GITI POLICY NUMBEK BAWS0390336 ~L~TION P~SION O~ ~ ~ ~DO~ ~S endorsemen~ ~difles in~uTance pr~ided ~er ~h~ ~ollow~n~ TRU~ C~R FO~ oancella~ion or =h~e ~o. cz~y of D~nton -- 901-B TeXas S~ ~igh~ - TIO Se~io~o~ Inc. - 199~