Loading...
HomeMy WebLinkAbout1997-077ORDINANCE NO 99' O?? AN ORDINANCE• ACCEP PING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS FHEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS the City has solicited, received and tabulated competitive bids for the construction of public woiks of improvements in accordance with the procedures of STATE law and City ordinances and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF fHL CITY OF DENTON HEREBY ORDAINS SEC NON I Ihat the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Put chasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2021 H AND J CONSTRUCTION $ 65,000 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works of impiovements 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 tuintshing of pcitoimance 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 tot the pet lot mance of the construction of the public works or improvements in accordance with the bids accepted and appioved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standaids, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of cone acts ioi 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 this oidmance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the /G ' day of %7t.0"-'-- 1997 ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BYA" 2 XJ E JA MILLER, MAYOR DATE MARCH 18, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID #2021- EVERS PARK RESTROOM/CONCESSION BUILDING RECOMMENDATION: We recommend this bid be awarded to the lowest responsible bidder, H & J Construction, in the amount of $65,000 00 with completion in 100 calendar days SUMMARY, This bid is for the construction of a restroom and concession building located in Evers Park at 3300 Evers Parkway It is an approximate 864 sq ft masonry and concrete block building with composition roofing Included in the design are men's and women's restrooms, concession stand and storage facilities, parks department storage, as well as storage for athletic equipment PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED. Parks Department, Evers Park Athletic Activities, and Parks Maintenance Division FISCAL IMPACT. This is a CDBG funded project The budget for this construction was $70,000 set aside in account number 219-05A-CDA9-8502 Attachments Tabulation Sheet Respectfully submitted Kath ,PuB se Executive Director of Finance Approved Name Tom D Shaw, C P M Title Purchasing Agent 852 DOC BID a - - - - 2021 — - -- BID NAME EVERS PARK RESTROOMI H & J DBR CONCESSION BUILDING CONSTRUCTION CONSTRUCTION OPEN DATE MARCH 11, 1997 # 'QUANTITY DESCRIPTION VENDOR-_ VENDOR -- _-VENDOR _1 1 1- BASE BID ($)- _ - _ __ - _ _ I _ $66,000 00 $93,989 00 - _ --- DAYS TO PERFORM WORK UPON 100 DAYS 110 DAYS NOTICE TO PROCEED BOND YES YES I 4 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 18 day of MARCH A.D., 19 97 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and H & J CONSTRUCTION 151 SOLITH MAIN STREET XELLER. TEXAS 76248 of the City of XELLER , County of TARRANT and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID #_2021 - EVERS PARR RESTROOM/CONCESSION BLDG. in the amount of $65,000.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by DENTON PARRS AND RECREATION DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: Rashaan Tinker APPROVED AS TO FORM: zgi4 / CM;Z�S� City Attorney AAA0184D Rev 04/05/96 CA - 3 CITY OF DENTON OWNER By117 (SEAL) A & J CONSTRUCTION CONTRACTOR _151 South main Street Keller, Texas 76248 MAILING ADDRESS 817-379-5549 PHONE NUMBER :7iMMUDIM061 11 FAX N BER BY ! President 2 Henry J Tinker PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS. That a s J CONSTROCTION , of the City of JaMZZR County of TARRILUT , and State of TEXAS as PRINCIPAL, and c„if Tncuranra Cnmpany as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DEWMN as OWNER, in the penal sum of simm Frvz TaousAND AND no/too---- Dollars ($ 65,000-00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, Jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 18 day of MARCH 19 97, for the construction of BID $ 2021 — EVERS PARR RESTROOM / CONCESSION BLDG which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PH - 1 SO 12 N0110MISN00 I H 4E59 6LE L19 YNI BS 90 Lb F01b7 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14th day of April 19 97 , H & J Construction Principal By Henry J. TInker Title president Address: 151 South Main Street Keller, Texas 76248 (SEAL) Gulf Insurance Company Surety — Title Attorney -in -Fact Address: F55D W Touhy Aye Su4te 400 Sy kia III Gnn;; (SEAL) The name and address of the Resident Agent of Surety is: Boley-Featherston Ins Co 701 Lamar Wichita Falls, Tx. 76301 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev 04/05/96 PB — 2 90Z N011311HISN00 I H bCSS bLF LIR Xyd RS RO Lb 4OIV7 PAYMENT BOND STATE OF TEXAS g COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That H s J CONSTRUCTION of the City of mnj n±_ County of TAIM"M , and the State of TEXAS as principal, and Gulf Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, In the penal sum of SIXTY FIVE THOUSAND and no/IOU---------------- Dollars ($ 65,000.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 1e day of MARCH 1997 BID A 2�021 - EVERS PARR RESTROOM / CONCESSION BLDG to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 LOIn N0I1011HISN00 I H VVSS bLE LIR XNd RS RO Lb L0/V7 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be perfbrmed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14th day of April 19 97 H & J Construction Principal By Henry J. Tinker Title President Address: 151 South Main Street Keller, Texas 76248 (SEAL) Gulf Insurance Company LSurety L�==— f-� Title Attorney -in -Fact Address: i659 W Teuhy 5"; %Q ann Skokie, I11 60077 (SEAL) The name and address of the Resident Agent of Surety is: Boley-Featherston Ins Co 701 Lamar Wichita Falls, Tx 76301 AAA01840 Rev 04/05/96 PS - 4 90 QJ NOI1311HISN00 I H bRUS bLC LTR rV.1 99 90 Lb C0/67 GULF , „ nusavvv n, F ATTO NEY ATTORNEY ARE PRINTED ON BLUE K DUPLICATES SHALL HAVE THE Y ORIGINAL ONLY WHEN ISSUED IN KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Com pany, a corporation duly organized under the laws of the State of Missouri having its principal office in the city of Irvin Texas pursuant to the following resolution adopted by the Finance & Executive Comimttee of the Board of Directors of the said Company on the loth day of August 1993, to wit RESOLVED that the President Executive Vice President or any Senior Vice President of the Company shall have authority to make execute and deliver a Power of Attorney constituting as Attorney in Fact such persons, firms or corporations as may be selected from time to time and any such Attorney m fact may be removed and the authority granted him revoked by the President or any Executive Vice President or any Senior Vice President or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors RESOLVED that nothing in this Power of Attorney sham be construed as a grant of authority to the attorney(s) in fact to sign execute acknowledge deliver or other wise issue a policy or policies of insurance on behalf of Gulf Insurance Company RESOLVED that the signature of the President Executive Vice President or any Senior Vice President and the Seal of the Company may be affixed to any suWh Power of Attorney or any certificate relating thereto by facsimile and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached Gulf Insurance Company does hereby make constitute and appoint Laura Espinoza AE 5919673 PRINCIPAL H & J Construction 151 South Main Keller, TX 76248 4-14-97 D AMOUNT its tine and lawful atiorney(s) in fact with full power and authority hereby conferred in its name place and stead to sign execute acknowledge and deliver in its behalf as surety any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s) in fact pursuant to the authority herein given are hereby ratified and confirmed The obligation of the Company shall not exceed one million ($1,000 000 00) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed _ S,3RANCf a��Ppoggr0 0,�4 GULF INSURANCE COMPANY SEAL 80\3 STATE OF NEW YORK ) Christopher E Watson SS President COUNTY OF KINGS ) On this 1st day of June, 1996 A D, before me came Christopher E Watson, known to me personally who being by me duly sworn, did depose and say that he resides in the County of Westchester, State of New York, that he is the President of the Gulf Insurance Company, the corporation described in and which executed the above Instrument, that he knows the seal of said corporation, that the seal affixed to the said Instruments is such corporate seal that It was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order Q\Pp K agNp a 1� yp^_/ " NOTggy in l � m� 'OUBUO r SPIRO K `BANT'IS \ 9r �oQ Notary Public, State of New York STATE OF NEW YORK ) FOF NE`N No 24 4861345 SS Qualified in Kings COUNTY OF NEW YORK ) Commission Expires May 12, 1995 I, the undersigned, Executive Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OFATTORNEY remains In full force (SAL 6pRANC$ C Signed and Sealed at the City of New York S Dated the 14th dayof April ,19 97 Lawrence P Miniter Executive Vice President 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 falls to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all Insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as Indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of Insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any Insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the Insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All Insurance policies proposed or obtained In satisfaction of these requirements shall comply with the following general specifications, and shall be maintained In compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be Issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least a • Any deductibles or self -Insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -Insured retentions with respect to the City, Its AAA00350 REVISED 10/12/94 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related Investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. • • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(3O) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All Insurance policies proposed or obtained In satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained In compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [x] A. General Liability Insurance: General Liability Insurance with combined single limits of not less than soo,000 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either In a single policy or In a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) Is used • Coverage A shall Include premises, operations, products, and completed operations, Independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall Include personal Injury • Coverage C, medical payments, Is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) Is used, It shall Include at least • Bodily Injury and Property Damage Liability for premises, operations, products and completed operations, Independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal Injury liability and broad form property damage liability AAA00350 REVISED 10/12/94 CI - 3 Insurance Requirements Page 4 [4 Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [id Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease, The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ I 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 AAA00350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "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 [ I 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 [ I 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 [ I 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 [ I 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 AAA00350 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 [xl Worker's Compensation Coverage for Budding or Construction Projects for Governmental Entities A. Definitions* Certificate of coverage ("certificate") -A copy of a certificate of Insurance, a certificate of authority to self -insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, 7WCC-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 AAA00350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity In writing by certified mall 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 AAA00350 REVISED 10/12/94 CI " 7 Insurance Requirements Page 8 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, anew 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; 14► obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and AAAW350 REVISED 10/12/94 CI - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to pierform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate Insurance carrier or, In the case of a self -Insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K. The contractor's failure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00350 REVISED 10112/04 Cl - 9