Irrigation Parts and Supplies-4928-Specifications/Pricing
Purchasing Department
901-B Texas St.
Denton, TX 76209
(940) 349-7100
www.dentonpurchasing.com
IFB # 4928
Annual Contract For
Irrigation Parts and Supplies
IFB DUE: August 9, 2012
2:00 P.M.
IFB submitted by:
Company Name
TABLE OF CONTENTS
PROPOSAL FORMS.......................................................................................................... 1 11
IFB INSTRUCTIONS AND CONDITIONS ........................................................................ 12 - 19
OPENING DATE, TIME, PROCEDURES, CONTACTS ................................................ 12
GENERAL CONDITIONS ........................................................................................ 12-16
DELIVERY REQUIREMENTS ....................................................................................... 14
EVALUATION CRITERIA .............................................................................................. 15
SPECIAL TERMS AND CONDITIONS .................................................................... 17-19
DISADVANTAGED BUSINESS ENTERPRISES ..................................................................... 20
VENDOR REFERENCES ......................................................................................................... 21
APPENDIX A ............................................................................................................................ 23
LOCAL BIDDER PREFERENCE -25
SAFETY RECORD QUESTIONNAIRE .................................................................... 26-28
INSURANCE REQUIREMENTS .............................................................................. 29-36
CONFLICT OF INTEREST QUESTIONNAIRE ........................................................................ 37
This Table of Contents is intended as an aid to bidders and not as a comprehensive listing of
the bid package. Bidders are responsible for reading the entire bid package and complying
with all specifications.
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
ITEM ANNUAL QTY. UOM DESCRIPTION UNIT PRICE
1. CLASS 20 PVC
1A 5,000 FT. 1/2" X 20'
$
1B 5,000 FT. 3/4" X 20
$
1C 5,000 FT. 1" X 20'
$
1D 5,000 FT. 1 1/4" X 20'
$
1E 5,000 FT. 1 1/2" X 20'
$
1F 5,000 FT. 2" X 20'
$
1G 5,000 FT. 2 1/2" X 20'
$
1H 3,000 FT. 3" X 20'
$
1I 2,000 FT. 4" X 20'
$
1J 1,000 FT. 6" X 20'
$
1K 1,000 FT. 8" X 20'
$
2. SCHEDULE 40 PVC
2A 5,000 FT. 1/2" X 20'
$
2B 5,000 FT. 3/4" X 20
$
2C 5,000 FT. 1" X 20'
$
2D 5,000 FT. 1 1/4" X 20'
$
2E 5,000 FT. 1 1/2" X 20'
$
2F 5,000 FT. 2" X 20'
$
2G 5,000 FT. 2 1/2" X 20'
$
2H 3,000 FT. 3" X 20'
$
2I 2,000 FT. 4" X 20'
$
2J 1,000 FT. 6" X 20'
$
2K 1,000 FT. 8" X 20'
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 1 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
3 SLIP FIX
3A 200 EA. 1/2"
$
3B 200 EA. 3/4"
$
3C 200 EA. 1"
$
3D 200 EA. 1 1/4"
$
3E 200 EA. 1 1/2"
$
3F 300 EA. 2"
$
3G 100 EA. 2 1/2"
$
3H 100 EA. 3"
$
3I 20 EA. 4"
$
4 KBI SWING JOINTS
4A 100 EA. 1/2" X 12 Thread X Thread
$
4B 750 EA. 3/4" X 12 Thread X Thread
$
4C 500 EA. 1" X 12 Thread X Thread
$
4D 150 EA. 1 1/2" X 12 Thread X Thread
$
4E 100 EA. 3/4" X 12 Slip X Thread
$
4F 100 EA. 1" X 12 Slip X Thread
$
4G 100 EA. 1 1/2" X 12 Slip X Thread
$
5 COBRA HOSES ALL LENGTHS AVAILABLE
5A 50 EA. 1/2" X 12 #CC1200
$
5B 50 EA. 3/4" X 12 #CC1275-2
$
5C 50 EA. 1/2" X 18 #CC1800
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 2 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
6 POLY CUT OFF NIPPLES
6A 300 EA. 1/2" X 6 #M481-005
$
6B 300 EA. 3/4" X 6 #M481-007
$
6C 300 EA. 3/4" X 1/2" X 6 #M481-101
$
7 SCHEDULE 80 NIPPLES
7A 100 EA. 1/2" X 6"
$
7B 100 EA. 1/2" X 12"
$
7C 100 EA. 1/2" X 18"
$
7D 100 EA. 1/2" X 24"
$
7E 100 EA. 3/4" X 6"
$
7F 100 EA. 3/4" X 12"
$
7G 100 EA. 1" X 6"
$
7H 100 EA. 1" X 12"
$
8 WEATHERMATIC LX POP-UP SPRINKLER HEADS
8A 100 EA. LX-3
$
8B 1,000 EA. LX-4
$
8C 500 EA. LX-6
$
8D 500 EA. LX-12
$
9 WEATHERMATIC LX POP-UP NOZZLES
9A 1,000 EA. LX Plastic
$
9B 1,000 EA. LX Brass #5515H
$
9C 1,000 EA. LX Brass #5515F
$
10 1,000 EA. Weathermatic Bubblers - All Models Available
$
Weathermatic T-3 Spray Heads Adjustable
11 500 EA.
through 360 Degrees
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 3 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
Weathermatic CT-70 Spray Heads Adjustable
12 500 EA.
through 360 Degrees
$
13 500 EA. K-RAIN Pro Plus
$
14 500 EA. K-RAIN Pro Sport
$
15. QUICK COUPLING VALVES AND ACCESSORIES
15A 15 EA.
$
15B 15 EA.
$
15C 15 EA.
$
15D 15 EA.
$
16. WEATHERMATIC 1100 SERIES REMOTE CONTROL VALVES
16A 100 EA. -10
$
16B 100 EA. -15
$
16C 100 EA. -20
$
17. WEATHERMATIC 2100 SERIES REMOTE CONTROL VALVES
17A 100 EA. -10
$
17B 100 EA. -15
$
17C 100 EA. -20
$
18. WEATHERMATIC 8200 SERIES REMOTE CONTROL VALVES
18A 100 EA. -10
$
18B 100 EA. -15
$
18C 100 EA. -20
$
18B 50 EA. -30
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 4 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
19. WEATHERMATIC CONTROL VALVE REPAIR PARTS
19A 300 EA. SOLENOID #S24BSA
$
19B 300 EA. aphragm Plastic #110-003SA
$
19C 300 EA. -110 MSA
$
19D 300 EA. -110 MSA
$
19E 300 EA. -104 MSA
$
19F 300 EA. -203 MSA
$
19G 300 EA. ass #30-303 MSA
$
20. TORO DL2000 DRIP LINE
20A 1,500 FT RGP-412-01
$
20B 1,500 FT RGP-412-03
$
20C 1,500 FT RGP-412-10
$
21. DRIP LINE PRESSURE REGULATOR
21A 15 EA. -LF
$
21B 15 EA. -MF
$
21C 15 EA. ilter #YS75
$
21D 15 EA. -100
$
22. TORO DRIP LINE FITTINGS
22A 500 EA.
$
22B 500 EA.
$
22C 500 EA.
$
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 5 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
23. TORO 252 SERIES REMOTE CONTROL VALVES
23A 30 EA. -06-04
$
23B 60 EA. -26-06
$
23C 60 EA. -26-08
$
24. TORO 220 SERIES REMOTE CONTROL VALVES
24A 30 EA. -27-04
$
24B 60 EA. -27-06
$
24C 60 EA. -27-08
$
24D 40 EA. -27-00
$
25. TORO CONTROL VALVES REPAIRS
25A 100 EA. -0878
$
25B 100 EA. -3099
$
25C 200 EA. -2824
$
25D 200 EA. 1 1/2" Diaphragm Plastic # 89-0815
$
25E 200 EA. -0817
$
26. NELSON PROGRAMMABLE ACTUATORS 8010,8014,8030
26A 2 EA. 8010
$
26B 2 EA. 8014
$
26C 2 EA. 8030
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 6 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
27. NELSON - ADAPTORS
27A 10 EA. Irritrol Plastic #77422
$
27B 10 EA. Rainbird Plastic #77424
$
27C 10 EA. Weathermatic Plastic #77481
$
27D 10 EA. Rainbird Plastic #77468
$
27E 10 EA. Irritrol #77467
$
28. NELSON PROGRAMMERS
28A 5 EA. Nelson Programmers - 8070
$
29. IRRITROL RAIN DIAL CONTROLLERS
29A 5 EA. RD600 EXT
$
29B 5 EA. RD900 EXT
$
29C 5 EA. RD1200 EXT
$
29D 5 EA TC15EX
$
29E 5 EA TC18EX
$
29F 5 EA TC24EX
$
30. IRRITROL IBOC CONTROLLERS
30A 5 EA. IBOC 4B
$
30B 5 EA. IBOC 6B
$
30C 5 EA. IBOC 8B
$
31. IRRITROL 700 SERIES REMOTE CONTROL VALVE REPAIRS PARTS
31A 10 EA. - 1
$
31B 10 EA. 1.5
$
31C 10 EA. 00 2.0
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 7 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
32. IRRITROL CONTROL VALVE REPAIR PARTS
32A 15 EA.
$
32B 20 EA.
$
32C 20 EA. 1
$
32D 20 EA.
$
24-VOLT DC latching Solenoid for use on Irritrol
33 20 EA.
Valves #E2002
$
34. LEIT 4000 SERIES CONTROLLERS
34A 5 EA. LEIT 4000
$
34B 5 EA. LEIT 4006
$
34C 5 EA. LEIT 4008
$
34D 5 EA. MCOL 4000 Mounting Column
$
34E 5 EA. Tool 3004 Leit Key
$
35. LEMA 1500 SERIES ACTUATOR
35A 3 EA. Lema Weathermatic #LEMA1524-4
$
35B 3 EA. Lema Irritrol #LEMA 1520-4
$
36. FEBCO PVC
36A 5 EA. 765
$
36B 5 EA. 765
$
36C 5 EA. 765
$
37. FEBCO RPZ
37A 5 EA. 860-RP-010
$
37B 5 EA. 860-RP-015 -
$
37C 5 EA. 860-RP-020
$
37D 5 EA. 860-RP-020
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
PAGE 8 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
IFB PROPOSAL FORM
ESTIMATED
UOM
ITEM ANNUAL QTY. DESCRIPTION UNIT PRICE
38. HOT BOX
38A 2 EA. LB -
$
38B 2 EA. LB-
$
39. PLASTIC VALVE BOXES
39A 30 EA.
$
39B 30 EA.
$
39C 30 EA.
$
39D 30 EA. Large Rectangle Box L18R
$
40 100 EA. 2500 Ft. Rolls of 14-Gauge Wire-All Colors Available
$
41. WIRE DRY SPLICE CONNECTORS
41A 1,000 EA. King Blue Small #King-2
$
41B 1,000 EA. King Tan Large #King-6
$
42 500 EA. Turf Tight Blue Glue 1 Gallon Container
$
43 500 EA. Turf Tight Purple Primer 1 Gallon Container
$
**Absolutely NO SUBSTITUES WILL BE ALLOWED**
Emergency Stock Delivery can be made in _____________ days from receipt of order
Normal Stock Delivery can be made in ______________ days from receipt of order
List percent discount off of manufacturer list (catalog) pricing:
Lasco PVC Fittings % off _____________ Christies % off _____________
Irritrol % off _____________ KBI % off _____________
Weathermatic % off _____________ Toro % off _____________
Spears Valve % off _____________ Nelson % off _____________
Texas United % off _____________
United Elchem % off _____________
PAGE 9 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
Submit One (1) Electronically Two Hard Copies (2) of Executed IFB
Proposal
Prices shall be F.O.B. Denton in case of calculation error, unit pricing shall prevail
The City reserves the right to award by line item, section, or by entire bid; whichever is
most advantageous to the City, unless denied by the bidder.
Bidder is an authorized distributor, by the manufacturer, and is authorized to sell to the
City of Denton?
YES _________ NO _________ N/A _________
_______________________ ________________________________ ______________
Company Name Signature of Authorized Representative Date
PAGE 10 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
The undersigned agrees this bid becomes the property of the City of Denton after the official
opening.
The undersigned affirms he has familiarized himself with the local conditions under which the
work is to be performed; satisfied himself of the conditions of delivery, handling and storage of
equipment and all other matters that may be incidental to the work, before submitting a bid.
The undersigned agrees, if this bid is accepted, to furnish any and all items/services upon
which prices are offered, at the price(s) and upon the terms and conditions contained in the
Specifications. The period for acceptance of this Bid Proposal will be sixty (60) calendar days
unless a different period is noted by the bidder.
The undersigned affirms that they are duly authorized to execute this contract, that this bid has
not been prepared in collusion with any other Bidder, nor any employee of the City of Denton,
and that the contents of this bid have not been communicated to any other bidder or to any
employee of the City of Denton prior to the official opening of this bid.
Vendor hereby assigns to purchaser any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq.,
and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code,
Section 15.01, et seq.
The undersigned affirms that they have read and do understand the specifications and any
attachments contained in this bid package.
NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE:
___________________________________ Signature___________________________
___________________________________ Date ______________________________
___________________________________ Name _____________________________
___________________________________ Title ______________________________
Tel. No. ____________________________ Fax No. ___________________________
Email.
COMPANY IS:
Business included in a Corporate Income Tax Return? ______YES ______NO
_____Corporation organized & existing under the laws of the State of ____________________
_____Partnership consisting of _________________________________________________
_____Individual trading as ______________________________________________________
_____Principal offices are in the city of ____________________________________________
PAGE 11 OF IFB# 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
COT(2)CO(1)CEBP
OMPLETE SET OFRIGINAL AND WO OPIES AND NE OPY OF XECUTED ID ROPOSAL
MBRITPD901-BTS,D,TX76209
UST E ECEIVED N HEURCHASING EPARTMENT AT EXAS T ENTON
OBA9,20122:00P.M.
N OR EFORE UGUST AT
Q
UESTIONS REGARDING SPECIFICATIONS MUST BE SUBMITTED IN WRITING TO THE PURCHASING OFFICE
(5).
FIVE WORKING DAYS PRIOR TO THE BID OPENING ALL QUESTIONS SUBMITTED AFTER THAT DATE
WILL NOT BE CONSIDERED TO ENSURE ALL BIDDERS ARE GIVEN EQUAL ACCESS TO THE INFORMATION
.
PROVIDED
All questions regarding the bid and purchasing process should be directed to:
Jody Hays, Buyer E-mail: Jody.Hays@cityofdenton.com Phone: (940) 349-7100
Questions concerning the technical aspects of this specification may be directed to:
Craig Arrington, Parks Department E-mail: Craig.Arrington@cityofdenton.com Phone: (940) 349-8451
Directions to the Purchasing Department can be accessed at
www.dentonpurchasing.com
, in
sealed envelopes or boxes. All bids must be clearly marked with the name of the Company
submitting the bid, the Bid Number and Date and Time of opening on the outside of the
"ORIGINAL"
envelope/box. Original bid must be clearly marked and contain all original
All proposal pages must be initialed or signed where indicated.
signatures. All bids will
The
be publicly opened at the date and time listed above or as soon thereafter as practical.
City of Denton does not accept faxed bids.
Any bid received after the date and/or hour set for bid opening will be returned
unopened.
If bids/proposals are sent by mail to the Purchasing Department, the bidder shall
be responsible for actual delivery of the bid to the Purchasing Department before the
advertised date and hour for opening of bids. If mail is delayed either in the postal service or in
the internal mail system of the City of Denton beyond the date and hour set for the bid
opening, bids thus delayed will not be considered and will be returned unopened.
Bids may be withdrawn at any time prior to the official opening. Alterations made before
opening time must be initialed by bidder guaranteeing authenticity. Any attempt to negotiate or
give information on the contents of this bid with the City of Denton or its representatives prior
to award shall be grounds for disqualification. After the official opening, bids become the
property of the City of Denton and may not be amended, altered or withdrawn without the
recommendation of the Purchasing Agent. The approval of the City Council is required for
public works projects.
The City of Denton reserves the right to accept or reject in part or in whole any bids submitted,
unless denied by the bidder, and to waive any technicalities for the best interest of the City.
Any submitted article deviating from the specifications must be identified and have full
descriptive data accompanying same, or it will not be considered. Submitted bids shall remain
in force for a sixty (60) day period after opening or until award is made; whichever comes first.
In case of default after bid acceptance, the City of Denton may at its option hold the accepted
bidder or contractor liable for any and all resultant increased costs as a penalty for such
default. The City of Denton will award the bid to the lowest responsible bidder while complying
with all current state and local laws.
PAGE 12 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
The City of Denton is exempt from Federal Excise and State Sales Tax; therefore, tax must not
be included in this bid
ANNUAL CONTRACT for Irrigation Parts &
The City of Denton is requesting bids for
Supplies.
The City will only accept new products and will reject proposals for used or
remanufactured goods. All bids must be submitted on the attached Bid Proposal Form.
Vendors may bid on any or all items.
All bids shall specify terms and conditions of payment, which will be considered as part of, but
not control, the award of bid. City review, inspection, and processing procedures ordinarily
require thirty (30) days after receipt of invoice, materials, or service. Bids which call for
payment before thirty (30) days from receipt of invoice, or cash discounts given on such
payment, will be considered only if, in the opinion of the Purchasing Agent, the review,
inspection, and processing procedures can be completed as specified.
Invoices
shall be sent directly to the City of Denton Accounts Payable Department, 215 E
McKinney St, Denton, TX, 76201-4299. It is the intention of the City of Denton to make
payment on completed orders within thirty days after receipt of invoice or items; whichever is
Invoices must be fully documented as to labor,
later, unless unusual circumstances arise.
materials, and equipment provided, if applicable, and must reference the City of Denton
Purchase Order Number in order to be processed. No payments shall be made on
invoices not listing a Purchase Order Number.
Continuing non-performance
of the vendor in terms of Specifications shall be a basis for the
termination of the contract by the City. The City shall not pay for work, equipment, or supplies
that are unsatisfactory. Vendors will be given a reasonable opportunity before termination to
correct the deficiencies. This, however, shall in no way be construed as negating the basis for
non-performance termination.
contract may be terminated
The by the City upon written thirty (30) days notice prior to
cancellation.
Bids will be considered irregular if they show any omissions, alteration of form, additions or
conditions not called for, or irregularities of any kind. However, the City of Denton reserves the
right to waive any irregularities.
The City of Denton reserves the right to accept or reject in part or in whole any bids submitted,
and to waive any technicalities for the best interest of the City. Bids may be rejected, among
other reasons, for any of the following specific reasons:
1. Bids containing any irregularities.
2. Unbalanced value of any items.
3. Bid price cannot be determined based upon information provided, i.e. missing
freight charges, or other fees.
PAGE 13 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
Bidders may be disqualified and their bids not considered for any of the following reasons:
1. Collusion exists among the Bidders.
2. Reasonable grounds for believing that any Bidder is interested in more than one
Bid for the work contemplated.
3. The Bidder being interested in any litigation against the City.
4. The Bidder being in arrears on any existing contract or having defaulted on a
previous contract.
5. Lack of competency as revealed by a financial statement, experience and
equipment, questionnaires, etc.
6. Uncompleted work, which in the judgment of the City, will prevent or hinder the
prompt completion of additional work, if awarded.
7. Any other unresolved issues with the City.
Due care and diligence has been used in preparation of this information, and it is believed to
be substantially correct. However, the responsibility for determining the full extent of the
exposure and the verification of all information presented herein shall rest solely with the
proposer. The City of Denton and its representatives will not be responsible for any errors or
omissions in these specifications, nor for the failure on the part of the proposer to determine
the full extent of the exposures.
The successful bidder may not assign their rights and duties under an award without the
written consent of the Purchasing Agent. Such consent shall not relieve the assignor of liability
in the event of default by the assignee.
Prices
shall include all charges for freight, F.O.B. inside to specified delivery location or:
City of Denton Parks Department
Attn: Craig Arrington
901 Texas Street
Denton, Texas 7207
Hours of operation shall be between 8:00 a.m. and 4:00 p.m., Monday through Friday,
excluding City of Denton holidays.
Delivery date is important to the City and may be required to be a part of each bid. The City of
Denton considers delivery time to be that period elapsing from the time the individual order is
placed until that order is received by the City at the specified delivery location. The delivery
date indicates a guaranteed delivery to the City of Denton, Texas. Failure of the bidder to
meet guaranteed delivery dates or service performance could affect future City orders.
The City reserves the right to demand bond or penalty to guarantee delivery by the date
indicated. If order is given and the Bidder fails to furnish the materials by the guaranteed date,
the City reserves the right to cancel the order without liability on its part.
PAGE 14 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
Award
The City reserves the right to award by line item, section, or by entire bid; whichever is most
advantageous to the City, unless denied by the bidder.
Quantities
indicated on the Bid Proposal Forms are estimates based upon the best available
information. The City reserves the right to increase or decrease the quantities to meet its
actual needs without any adjustments in the bid price. Individual purchase orders will be
issued on an as needed basis.
catalog, brand name or manufacturer's reference
Any used is considered to be descriptive
--not restrictive -- and is indicative of the type and quality the City desires to purchase. Bids
on similar items of like quality may be considered if the bid is noted and fully descriptive
brochures are enclosed. If notation of substitution is not made, it is assumed vendor is bidding
exact item specified. Successful vendor will not be allowed to make unauthorized substitutions
after award.
packing list
A shall accompany each shipment and shall show:
City of Denton Purchase Order Number
Name and address of Vendor
Name and address of receiving department
Description of material shipped, including item numbers, quantity, etc.
Inspection and Acceptance
The City of Denton may reject and refuse any delivery, which falls below the quality designated
in the specifications. The cost of return and/or rep
Warranty
The vendor shall warrant any manufactured products for the useful life of the product against
deficiency in materials or workmanship.
The bidder must be an approved distributor by the manufacturer of these products, and is
authorized to sell the products to the City of Denton. The bidder also guarantees that the City
warranties will be in effect for the life of the contract.
PAGE 15 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
Insurance
Bidder's attention is directed to the insurance requirements as attached in Appendix A. 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.
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.
Tax Exemption
The City of Denton qualifies for sales tax exemption pursuant to the provisions of Article 20.04
(F) of the Texas Limited Sales, Excise and Use Tax Act. Any Contractor performing work
under this contract for the City of Denton may purchase materials and supplies and rent or
lease equipment sales tax free. This is accomplished by issuing exemption certificates to
-0.07 and #95-0.09.
Equipment Schedule
ck of the proposal, or
be made available upon request. The following information on equipment will be provided:
description, manufacturer, model, and year.
Safety Record
The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local
Government Code, and consider the safety records of potential contractors prior to awarding
bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, the City
of Denton has adopted the written definition and criteria as shown in the Safety Record
Questionnaire (Appendix A) for accurately determining the safety record of a bidder prior to
awarding bids on City contracts.
PAGE 16 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
SPECIAL TERMS AND CONDITIONS
Contract Terms
Successful vendor(s) will be awarded a two (2) year contract, effective from date of award or
notice to proceed as determined by the City of Denton Purchasing Department. At the City of
Denton
additional one-year periods, as further explained in Renewal Options.
Renewal Options
The City of Denton reserves the right to exercise an option to renew the contract of the vendor
for three (3) additional one (1) year periods if agreed upon in writing by both parties. All terms
and conditions must remain the same for each optional additional renewal year. If the City
exercises the right in writing, the Bidder shall update and submit any legal documents required
during the initial solicitation by no later than thirty (30) calendar days prior to the
commencement of the option period. These documents, if applicable, may include, but are not
limited to, Insurance Certificates and Performance Bonds and must be in force for the full
period of the option. If the updated documents are not submitted by the Bidder in complete
form within the time specified, the City will rescind its option and seek a new bid solicitation.
Price Escalation and De-escalation
Prices quoted for must be firm for a period of one year from date of contract award. Any
request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor
Statistics, Producer Price Index (PPI)* Rubber and plastics hose and belting mfg.
(PCU326220) The price will be increased or decreased based
(http://www.bls.gov/ppi/home.htm.
upon the annual percentage change in the PPI. The escalation will be determined annually at
the renewal date. Should the PPI change exceed a minimum threshold value of +/-1%, then
the stated eligible bid prices shall be adjusted in accordance with the PPI. The supplier should
provide documentation as percentage of each cost associated with the unit prices quoted for
consideration.
Cooperative Purchasing
The City of Denton encourages Cooperative Purchasing efforts among the governmental
City of Denton facilitate
this cooperative effort.
Should other Governmental Entities decide to participate in this contract, would you, the
Vendor, agree that all terms, conditions, specifications, and pricing would apply?
_____Yes _____No
*
Producer Price Index/PPI is defined by the U.S. Department of La
The Producer Price Index (PPI) is a family of indexes that measures th
received by domestic producers of goods and services. PPI measur
seller. This contrasts with other measures, such as the Consumer Price Index (CPI), that measure price
from the purchaser's perspective. Sellers' and purchasers' price
excise taxes, and distribution costs.
PAGE 17 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
If you, the Vendor, checked yes, the following will apply:
City of
Governmental Entities utilizing Inter-Governmental Contracts with the
Denton
will be eligible, but not obligated, to purchase materials/services under
the contract(s) awarded as a result of this solicitation. All purchases by
City of Denton
Governmental Entities other than the will be billed directly to that
City of Denton
Governmental Entity and paid by that Governmental Entity. The
Governmental Entity will order its own material/services as needed.
Consideration of L
Sec. 271.9051. CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE
OF BUSINESS IN CERTAIN MUNICIPALITIES.
(a) This section applies only to a municipality with a population of less than 250,000 that
is authorized under this title to purchase real property or personal property that is not
affixed to real property.
(b) In purchasing under this title any real property, personal property that is not affixed
to real property, or services, if a municipality receives one or more competitive sealed
bids from a bidder whose principal place of business is in the municipality and whose
bid is within five percent of the lowest bid price received by the municipality from a
bidder who is not a resident of the municipality, the municipality may enter into a
contract for an expenditure of less than $100,000 with:
(1) the lowest bidder; or
the bidder whose principal place of business is in the municipality if the
governing body of the municipality determines, in writing, that the local
bidder offers the municipality the best combination of contract price
and additional economic development opportunities for the municipality
created by the contract award, including the employment of residents
of the municipality and increased tax revenues to the municipality.
(c) This section does not prohibit a municipality from rejecting all bids.
(d) This section does not apply to the purchase of telecommunications services or
information services, as those terms are defined by 47 U.S.C. Section 153.
PAGE 18 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
Vendors That Meet or Exceed Air Quality Standards
Sec. 271.907. VENDORS THAT MEET OR EXCEED AIR QUALITY STANDARDS.
(a) In this section, "governmental agency" has the meaning assigned by Section
271.003.
(b) This section applies only to a contract to be performed, wholly or partly, in a
nonattainment area or in an affected county, as those terms are defined by Section
386.001, Health and Safety Code.
(c) A governmental agency procuring goods or services may:
(1) give preference to goods or services of a vendor that demonstrates that the
vendor meets or exceeds any state or federal environmental standards, including
voluntary standards, relating to air quality; or
(2) require that a vendor demonstrate that the vendor meets or exceeds any
state or federal environmental standards, including voluntary standards,
relating to air quality.
(d) The preference may be given only if the cost to the governmental agency for the
goods or services would not exceed 105 percent of the cost of the goods or services
provided by a vendor who does not meet the standards.
PAGE 19 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
FOR DISADVANTAGED BUSINESS ENTERPRISES ONLY
Disadvantaged Business Enterprises (DBE)
are encouraged to participate in the City of
Denton's bid process. The Purchasing Department will provide additional clarification of
specifications, assistance with Bid Proposal Forms, and further explanation of bidding
procedures to those DBEs who request it.
Representatives from DBE companies should identify themselves as such and submit a copy
of the Certification.
The City recognizes the certifications of the State of Texas Building and Procurement
Commission HUB Program. All companies seeking information concerning DBE certification
are urged to contact.
State of Texas HUB Program
Texas Building and Procurement Commission
PO Box 13047
Austin, TX 78711-3047
(512) 463-5872
If your company is already certified, attach a copy of your certification to this form and return
with bid.
COMPANY NAME: ______________________________________________________
REPRESENTATIVE: ____________________________________________________
ADDRESS: ____________________________________________________________
CITY, STATE, ZIP: ______________________________________________________
TELEPHONE NO. __________________________ FAX NO . ____________________
Indicate all that apply:
______Minority-Owned Business Enterprise
______Women-Owned Business Enterprise
______Disadvantaged Business Enterprise
PAGE 20 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
VENDOR REFERENCES
other than the City of Denton,
Please list three (3) Government references, who can verify
the quality of service your company provides. The City prefers customers of similar size and
scope of work to this bid.
REFERENCE ONE
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
REFERENCE TWO
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
REFERENCE THREE
GOVERNMENT/COMPANY NAME:
LOCATION:
CONTACT PERSON AND TITLE:
TELEPHONE NUMBER:
SCOPE OF WORK:
CONTRACT PERIOD:
PAGE 21 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
APPENDIX A
PAGE 22 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
Purchasing Department
901B Texas Street
Denton, TX 76209
940-349-7100
940-349-7302 (f)
purchasing@cityofdenton.com
APPLICATION FOR LOCAL BIDDER PREFERENCE CONSIDERATION
the City of Denton is limiting responses to their competitive bids to only those businesses located within the
city limits. All bids are welcome.
Bidders who wish to request a LOCAL PREFERENCE must have their principal place of business located
within the City of Denton, city limits.
If your principal place of business is within the Denton city limits and you wish to apply for local
preference consideration, then you must meet the minimum requirements below for each bid:
Provide a Tax Certificate from the Denton County Tax Assessor showing the current status of
a)
taxes, penalties, interest, and any known costs due on a property; and
Submit the completed application on the following page.
b)
Local Preference may be considered in the following instances:
A.In purchasing any real property or personal property that is not affixed to real property, if a local
government receives one or more bids from a bidder whose principal place of business is in the local
government and whose bid is within three percent of the lowest bid price received by the local
government from a bidder who is not a resident of the local government, the local government may enter
into a contract with the bidder whose principal place of business is in the local government. (Local
Government Code 271.905)
B.In purchasing any real property, personal property that is not affixed to real property, or services, if a
municipality receives one or more competitive sealed bids from a bidder whose principal place of
business is in the municipality and whose bid is within five percent of the lowest bid price received by the
municipality from a bidder who is not a resident of the municipality, the municipality may enter into a
contract for construction services in an amount of less than $100,000 or a contract for other purchases of
less than $500,000 with the bidder whose principal place of business is in the municipality. This section
does not apply to the purchase of telecommunications services or information services, as defined by 47
U.S.C. Section 153. (Local Government Code 271.9051)
The City of Denton reserves the right to award to the lowest bidder or reject all bids.
The full text of the Local Government Code related to Purchasing and Contracting Authority of Municipalities,
Counties, and certain other Governments is available at:
http://www.statutes.legis.state.tx.us/Docs/LG/htm/LG.271.htm#271.
Detailed information related to local bidders is found in Section
PAGE 23 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
LOCAL PREFERENCE CONSIDERATION APPLICATION
For bidders whose business is located within the Denton city limits
____________________________________________________________________________________________________
The City of Denton requires the following information for consideration in award of competitive bids:
1.Location Eligibility:
Principal place of business is defined herein as any business which owns or leases a commercial building within the City
business within the City
Limits of Denton, Texas?
a. If yes, identify the following:
i. Business Name/DBA: _______________________________________________________
ii. Address: _____________________________________________________________
iii. Business Structure: ____________________________________________________
(sole proprietorship/partnership/corporation/other)
b. Name and city of residence of owner(s)/partners/corporate officers, as applicable.
iv. Name/Title: __________________________________________________________
v. City of Residence: _____________________________________________________
If more than one owner/partner/corporate officer exists, attach a separate sheet of paper.
2. Economic Development benefits that would result from award of this contract:
a. Total number of current employees who are residents of the City of Denton? __________
b. Will award of this contract result in the employment/retention of residents of the City of Denton? ___ Yes ___ No
c. Will subcontractors with principal places of business in the City of Denton be utilized? ___ Yes ___ No
d. Will award of this contract result in increased tax revenue to the City? ___ Yes ___ No
e. If yes, check types of taxes? ___ Property Taxes ___ Sales Taxes ___ Hotel Occupancy Taxes
f. Other economic development benefits deemed pertinent by applicant (attach separate sheet if necessary):
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
City Bid Number for which local preference is requested:______________________________
Certification of information:
The undersigned does hereby affirm that the information supplied in its bid and this application are true and correct
as of the date hereof, under penalty of perjury.
/
Company Name Date
/
Signature Print Name
Tax Certificate from Denton County Tax Assessor is attached
PAGE 24 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local
Government Code, and consider the safety records of potential contractors prior to awarding
bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, the City
of Denton has adopted the following written definition and criteria for accurately determining
the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration
shall be:
The City of Denton shall consider the safety record of the bidders in determining the
responsibility thereof. The City may consider any incidence involving worker safety or safety of
the citizens of the City of Denton, be it related or caused by environmental, mechanical,
operational, supervision or any other cause or factor. Specifically, the City may consider,
among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and
Health Review Commission (OSHRC), against the bidder for violations of
OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency
(as defined below) for violations within the past five (5) years.
Environmental Protection Agencies include, but are not necessarily
limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish
and Wildlife Service (USFWS), the Environmental Protection Agency
(EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC)
(predecessor to the TCEQ), the Texas Department of Health (TDH), the
Texas Parks and Wildlife Department (TPWD), the Structural Pest
Control Board (SPCB), agencies of local governments responsible for
enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United
States. Citations include notices of violation, notices of enforcement,
suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final
judgments.
c. Convictions of a criminal offense within the past ten (10) years, which
resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material
in determining the responsibility of the bidder and his or her ability to
perform the services or goods required by the bid documents in a safe
environment, both for the workers and other employees of bidder and the
citizens of the City of Denton.
PAGE 25 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
In order to obtain proper information from bidders so that City of Denton may consider the
safety records of potential contractors prior to awarding bids on City contracts, City of Denton
requires that bidders answer the following three (3) questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or
anyone acting for such firm, corporation, partnership or institution, received citations for
violations of OSHA within the past three (3) years?
YES NO
If the bidder has indicated YES for question number one above, the bidder must provide to City
of Denton, with its bid submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of
offense, if any, and penalty assessed.
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or
anyone acting for such firm, corporation, partnership or institution, received citations for
violations of environmental protection laws or regulations, of any kind or type, within the past
five years? Citations include notice of violation, notice of enforcement, suspension/revocations
of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final
judgments.
YES NO
If the bidder has indicated YES for question number two above, the bidder must provide to City
of Denton, with its bid submission, the following information with respect to each such
conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final
disposition of offense, if any, and penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or
anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within
the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death?
YES NO
If the bidder has indicated YES for question number three above, the bidder must provide to
City of Denton, with its bid submission, the following information with respect to each such
conviction: Date of offense, location where offense occurred, type of offense, final disposition
of offense, if any, and penalty assessed.
PAGE 26 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF DENTON
I certify that I have made no willful misrepresentations in this Questionnaire nor have I
withheld information in my statements and answers to questions. I am aware that the
information given by me in this questionnaire will be investigated, with my full permission,
and that any misrepresentations or omissions may cause my bid to be rejected.
Signature
Title
PAGE 27 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
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
Contractor shall not commence
a written exception has been submitted with the bid.
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
A- VII or better
Texas with an A.M. Best Company rating of at least .
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,
PAGE 28 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
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.
Cancellation: City requires 30 day written notice should any of the policies
described on the certificate be cancelled or materially changed before the
expiration date.
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.
PAGE 29 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance
with these additional specifications throughout the duration of the Contract, or longer, if so
noted:
General Liability Insurance:
[X] A.
General Liability insurance with combined single limits of not less than
$500,000
shall be provided and maintained by the Contractor. The policy shall
be written on an occurrence basis either in a single policy or in a combination of
underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used:
Coverage A shall include premises, operations, products, and
completed operations, independent contractors, contractual liability
covering this contract and broad form property damage coverage.
Coverage B shall include personal injury.
Coverage C, medical payments, is not required.
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:
[X]
Contractor shall provide Commercial Automobile Liability insurance with Combined
$300,000
Single Limits (CSL) of not less than 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:
PAGE 30 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
any auto, or
all owned, hired and non-owned autos.
Workers Compensation Insurance
[X]
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such
insurance, has Employer's Liability limits of at least $100,000 for each accident,
$100,000 per each employee, and a $500,000 policy limit for occupational disease.
The City need not be named as an "Additional Insured" but the insurer shall agree
to waive all rights of subrogation against the City, its officials, agents, employees
and volunteers for any work performed for the City by the Named Insured. For
building or construction projects, the Contractor shall comply with the provisions of
Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule
28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC).
Owner's and Contractor's Protective Liability Insurance
[ ]
The Contractor shall obtain, pay for and maintain at all times during the prosecution
of the work under this contract, an Owner's and Contractor's Protective Liability
insurance policy naming the City as insured for property damage and bodily injury
which may arise in the prosecution of the work or Contractor's operations under this
contract. Coverage shall be on an "occurrence" basis, and the policy shall be
issued by the same insurance company that carries the Contractor's liability
insurance. Policy limits will be at least $ combined bodily injury and property
damage per occurrence with a $ aggregate.
Fire Damage Legal Liability Insurance
[ ]
Coverage is required if Broad form General Liability is not provided or is unavailable
to the contractor or if a contractor leases or rents a portion of a City building. Limits
of not less than each occurrence are required.
Professional Liability Insurance
[ ]
Professional liability insurance with limits not less than $ per claim with
respect to negligent acts, errors or omissions in connection with professional
services is required under this Agreement.
Builders' Risk Insurance
[ ]
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall
be provided. Such policy shall include as "Named Insured" the City of Denton and
all subcontractors as their interests may appear.
PAGE 31 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
Commercial Crime
[ ]
Provides coverage for the theft or disappearance of cash or checks, robbery
inside/outside the premises, burglary of the premises, and employee fidelity. The
asis to
cover all employees, including new hires. This type insurance should be required if
the contractor has access to City funds. Limits of not less than $ each
occurrence are required.
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.
PAGE 32 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
ATTACHMENT 1
Workers Compensation Coverage for Building or Construction Projects for
[X]
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate")-A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's
employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed
and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) -
includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether that
person contracted directly with the contractor and regardless of whether that
person has employees. This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner-
operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include, without
limitation, providing, hauling, or delivering equipment or materials, or providing
labor, transportation, or other service related to a project. "Services" does not
include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage agreements,
which meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all employees of the Contractor providing services on the
project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage
ends during the duration of the project, the contractor must, prior to the end of
the coverage period, file a new certificate of coverage with the governmental
entity showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project,
and provide to the governmental entity:
PAGE 33 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
1. a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
2. no later than seven days after receipt by the contractor, a new certificate
of coverage showing extension of coverage, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project.
F. The contractor shall retain all required certificates of coverage for the duration
of the project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have
known, of any change that materially affects the provision of coverage of any
person providing services on the project.
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
informing all persons providing services on the project that they are required to
be covered, and stating how a person may verify coverage and report lack of
coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
1. provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the
project;
2. provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
3. provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project;
4. obtain from each other person with whom it contracts, and provide to the
contractor:
PAGE 34 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
a. a certificate of coverage, prior to the other person beginning work on the
project; and
b. a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
5. retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
6. notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change
that materially affects the provision of coverage of any person providing
services on the project; and
7. contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all
employees of the contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project, that
the coverage will be based on proper reporting of classification codes and
payroll amounts, and that all coverage agreements will be filed with the
appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
K.
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.
PAGE 35 OF IFB # 4928
CITY OF DENTON
ANNUAL CONTRACT FOR IRRIGATION PARTS & SUPPLIES
CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
FORM
For vendor or other person doing business with local governmental entity
.
This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session
OFFICE USE ONLY
This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a
Date Received
person who has a business relationship as defined by Section 176.001(1-a) with a local governmental
entity and the person meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local government entity
not later than the 7th business day after the date the person becomes aware of facts that require the
statement to be filed. See Section 176.006, Local Government Code.
A person commits an offense if the person knowingly violates Section 176.006, Local Government
Code. An offense under this section is a Class C misdemeanor.
Name of person who has a business relationship with local governmental entity.
1
2
Check this box if you are filing an update to a previously filed questionnaire.
th
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7 business
day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
.
3
Name of local government officer with whom filer has an employment or business relationship
Name of Officer
This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the filer has an employment or other business
relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the
filer of the questionnaire?
Yes No
B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the
local government officer named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer
serves as an officer or director, or holds an ownership of 10 percent or more?
Yes No
D. Describe each affiliation or business relationship.
4
Signature of person doing business with the governmental entity Date
PAGE 36 OF IFB # 4928